RECOVERY ENGINEERING INC
10-K/A, 1996-12-18
REFRIGERATION & SERVICE INDUSTRY MACHINERY
Previous: BASIC NATURAL RESOURCES INC, 10-Q, 1996-12-18
Next: SUNRISE PRESCHOOLS INC/DE/, PRE 14A, 1996-12-18






                       SECURITIES AND EXCHANGE COMMISSION

                             Washington, D.C. 20549

                                 FORM 10-K / A-1
(Mark One)
                [X] ANNUAL REPORT PURSUANT TO SECTION 13 OR 15(d)
                     OF THE SECURITIES EXCHANGE ACT OF 1934
                   For the fiscal year ended December 31, 1995

                                       OR

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

                           Commission File No. 0-21232


                           RECOVERY ENGINEERING, INC.
             (Exact name of registrant as specified in its charter)


           MINNESOTA                                              41-1557115
(State or other jurisdiction of                               (I.R.S. Employer
incorporation or organization)                               Identification No.)


                2229 EDGEWOOD AVENUE SOUTH, MINNEAPOLIS, MN 55426
                    (Address of principal executive offices)


Registrant's telephone number, including area code:  (612) 541-1313

Securities registered pursuant to Section 12(b) of the Act:  NONE
Securities registered pursuant to Section 12(g) of the Act:  COMMON STOCK, $.01
                                                             PAR VALUE
                                                             (Title of class)

Indicate by check mark whether the registrant (1) has filed all reports required
to be filed by Section 13 or 15(d) of the Securities Exchange Act of 1934 during
the preceding 12 months (or for such shorter period that the registrant was
required to file such reports) and (2) has been subject to such filing
requirements for the past 90 days. Yes __X__ No ____

Indicate by check mark if disclosure of delinquent filers pursuant to Item 405
of Regulation S-K is not contained herein, and will not be contained, to the
best of registrant's knowledge, in definitive proxy or information statements
incorporated by reference in Part III of this Form 10-K or any amendment to this
Form 10-K. __X__

State the aggregate market value of the voting stock held by nonaffiliates of
the registrant. The aggregate market value shall be computed by reference to the
price at which the stock was sold, or the average bid and asked prices of such
stock, as of a specified date within 60 days prior to the date of filing. (See
definition of affiliated in Rule 405, 17 CFR 230.405)
                        $28,645,000 AS OF MARCH 15, 1996

Indicate the number of shares outstanding of each of the registrant's classes of
common stock, as of the latest practical date.
          COMMON STOCK, $.01 PAR VALUE - 4,270,439 AS OF MARCH 15, 1996


                       DOCUMENTS INCORPORATED BY REFERENCE
Portions of the Annual Report to Shareholders for the year ended December 31,
1995 (the "Annual Report to Shareholders"), are incorporated by reference into
Part II. Portions of the definitive Proxy Statement for the Annual Meeting of
Shareholders to be held on April 25, 1996 (the "Proxy Statement"), and to be
filed within 120 days after the Registrant's fiscal year ended December 31,
1995, are incorporated by reference into Part III.



                                  PART IV

ITEM 14.    EXHIBITS, FINANCIAL STATEMENT SCHEDULES AND REPORTS ON FORM 8-K

(a)   FINANCIAL STATEMENTS, FINANCIAL STATEMENT SCHEDULES AND EXHIBITS

      3.    EXHIBITS.

            See Index to Exhibits on page 4 of this Report.



                                 SIGNATURES

      In accordance with Section 13 or 15(d) of the Exchange Act, the Registrant
has caused this Report to be signed on its behalf by the undersigned, thereunto
duly authorized.

Dated:  December 17, 1996.             RECOVERY ENGINEERING, INC.
                                       (Registrant)



                                       By  /s/Brian F. Sullivan
                                           ------------------------------------
                                           Brian F. Sullivan
                                           President and Chief Executive Officer


<TABLE>
<CAPTION>
                                INDEX TO EXHIBITS

EXHIBIT 
  NO.          DESCRIPTION                                    METHOD OF FILING
- -------        -----------                                    ----------------

<C>            <C>                                           <C>                              
3.1            Articles of Incorporation of the Company, as   Filed as Exhibit 3.1 to the Company's Registration
               amended                                        Statement on Form SB-2 (No. 33-57826C) which was
                                                              declared effective March 4, 1993, and incorporated
                                                              herein by reference pursuant to Rule 12b-32.

3.2            Bylaws of the Company                          Filed as Exhibit 3.2 to the Company's Registration
                                                              Statement on Form SB-2 (No. 33-57826C) which was
                                                              declared effective March 4, 1993, and incorporated
                                                              herein by reference pursuant to Rule 12b-32.

10.1           Lease Agreement dated December 31, 1993        Filed as Exhibit 10.1 to the Company's Annual Report
               between Lemar and Recovery Engineering, Inc.   on Form 10-KSB for the fiscal year ended December
                                                              31, 1993 (File No. 0-21232) and incorporated herein
                                                              by reference pursuant to Rule 12b-32.

10.1.1         First Amendment to Lease Agreement dated       Filed as Exhibit 10.1.1 to the Company's Annual
               December 2, 1994 between Lemar and Recovery    Report on Form 10-KSB for the fiscal year ended
               Engineering, Inc.                              December 31, 1994 (File No. 0-21232) and
                                                              incorporated herein by reference pursuant to Rule
                                                              12b-32.

10.1.2         Second Amendment to Lease Agreement dated      Filed as Exhibit 10.1.2 to the Company's Annual
               June 23, 1995 between Lemar and Recovery       Report on Form 10-KSB for the fiscal year ended
               Engineering, Inc.                              December 31, 1995 (File No. 0-21232) and
                                                              incorporated herein by reference pursuant to Rule
                                                              12b-32.

10.3           Form of Distributor Agreement                  Filed as Exhibit 10.3 to the Company's Registration
                                                              Statement on Form SB-2 (No. 33-57826C) which was
                                                              declared effective March 4, 1993, and incorporated
                                                              herein by reference pursuant to Rule 12b-32.

10.4           Sales Contract dated May 30, 1991, between     Filed as Exhibit 10.4 to the Company's Registration
               Dow Chemical U.S.A. and Recovery               Statement on Form SB-2 (No. 33-57826C) which was
               Engineering, Inc.                              declared effective March 4, 1993, and incorporated
                                                              herein by reference pursuant to Rule 12b-32.

10.4.1         Addendum dated September 9, 1993, to Sales     Filed as Exhibit 10.4.1 to the Company's
               Contract dated May 30, 1991, between Dow       Registration Statement on Form SB-2 (No. 33-78292)
               Chemical U.S.A. and Recovery Engineering,      which was declared effective June 2, 1994, and
               Inc.                                           incorporated herein by reference pursuant to Rule
                                                              12b-32.

10.6           Recovery Engineering, Inc. 1986 Stock Option   Filed as Exhibit 10.6 to the Company's Annual Report
               Plan, as amended *                             on Form 10-KSB for the fiscal year ended December
                                                              31, 1993 (File No. 0-21232) and incorporated herein
                                                              by reference pursuant to Rule 12b-32.

10.7           Recovery Engineering, Inc. 1993 Director       Filed as Exhibit 10.7 to the Company's Annual Report
               Stock Option Plan *                            on Form 10-KSB for the fiscal year ended December
                                                              31, 1993 (File No. 0-21232) and incorporated herein
                                                              by reference pursuant to Rule 12b-32.

10.8           Recovery Engineering, Inc. 1994 Stock          Filed as Exhibit 10.8 to the Company's Annual Report
               Purchase Plan *                                on Form 10-KSB for the fiscal year ended December
                                                              31, 1993 (File No. 0-21232) and incorporated herein
                                                              by reference pursuant to Rule 12b-32.

10.9           Recovery Engineering, Inc. 1994 Stock Option   Filed as Exhibit 10.9 to the Company's Annual Report
               and Incentive Plan *                           on Form 10-KSB for the fiscal year ended December
                                                              31, 1993 (File No. 0-21232) and incorporated herein
                                                              by reference pursuant to Rule 12b-32.

10.11          Contract between Department of the Air Force   Filed as Exhibit 10.11 to the Company's Registration
               and Recovery Engineering, Inc. dated July      Statement on Form SB-2 (No. 33-78292) which was
               13, 1993 (PUR Survivor-35)                     declared effective June 2, 1994, and incorporated
                                                              herein by reference pursuant to Rule 12b-32.

10.12          Contract between Department of the Air Force   Filed as Exhibit 10.12 to the Company's Registration
               and Recovery Engineering, Inc. dated July      Statement on Form SB-2 (No. 33-78292) which was
               13, 1993 (PUR Survivor-06)                     declared effective June 2, 1994, and incorporated
                                                              herein by reference pursuant to Rule 12b-32.

10.13          Lease Agreement dated July 12, 1995 between    Filed as Exhibit 10.13 to the Company's Annual
               Minneapolis Industrial Properties II, Inc.     Report on Form 10-K for the fiscal year ended
               and Recovery Engineering, Inc.                 December 31, 1995 (File No.
                                                              0-21232) and incorporated herein by reference
                                                              pursuant to Rule 12b-32.

10.14          Credit Agreement dated March 7, 1996 between   Filed as Exhibit 10.14 to the Company's Annual
               First Bank National Association and Recovery   Report on Form 10-K for the fiscal year ended
               Engineering, Inc.                              December 31, 1995 (File No.
                                                              0-21232) and incorporated herein by reference
                                                              pursuant to Rule 12b-32.

10.15          Contract between Department of the Air Force   Filed herewith.
               and Recovery Engineering, Inc. dated August
               1, 1995 (PUR Survivor-06) +

10.16          Contract between Department of the Air Force   Filed herewith.
               and Recovery Engineering, Inc. dated
               September 22, 1995 (PUR Survivor-35) +

11.1           Statement re Computation of Earnings per       Filed as Exhibit 11.1 to the Company's Annual Report
               Share                                          on Form 10-K for the fiscal year ended December 31,
                                                              1995 (File No.
                                                              0-21232) and incorporated herein by reference
                                                              pursuant to Rule 12b-32.

13.1           1995 Annual Report to Shareholders             Filed as Exhibit 13.1 to the Company's Annual Report
                                                              on Form 10-K for the fiscal year ended December 31,
                                                              1995 (File No.
                                                              0-21232) and incorporated herein by reference
                                                              pursuant to Rule 12b-32.

21.1           Subsidiaries of the Company                    Filed as Exhibit 21.1 to the Company's Annual Report
                                                              on Form 10-K for the fiscal year ended December 31,
                                                              1995 (File No.
                                                              0-21232) and incorporated herein by reference
                                                              pursuant to Rule 12b-32.

23.1           Consent of Ernst & Young LLP                   Filed as Exhibit 23.1 to the Company's Annual Report
                                                              on Form 10-K for the fiscal year ended December 31,
                                                              1995 (File No.
                                                              0-21232) and incorporated herein by reference
                                                              pursuant to Rule 12b-32.
</TABLE>

*  Management contract.

+  Confidential treatment has been requested for portions of this exhibit.




SOLICITATION/CONTRACT
BIDDER/OFFEROR TO COMPLETE BLOCKS 11,13,15,21,22, & 27
                  KM/CS             J

1.  THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 350)

    RATING  DO B9

2.  CONTRACT NO. F09603-95-C-0732

3.  AWARD/EFFECTIVE DATE

4.  SOLICITATION NUMBER  F09603-94-R-0040

5.  SOLICITATION TYPE    ____ SEALED BIDS (IFB)     ____ NEGOTIATED (RFP)

6.  SOLICITATION ISSUE DATE

7.  ISSUED BY:   DEPARTMENT OF THE AIR FORCE
                 WR-ALC/LKK
                 460 2ND ST STE 221
                 ROBINS AIR FORCE BASE GA  31098-1640

                 BUYER:  KIM MCDONALD/LKKB/912-926-0874     NO COLLECT CALLS

                 CODE FA8507

8.  THIS ACQUISITION IS

        _X_ UNRESTRICTED                   ___ LABOR SURPLUS AREA CONCERNS
        ___ SET ASIDE :      % FOR         ___ COMBINED SMALL BUSINESS & LABOR
                                                 SURPLUS AREA CONCERNS
        ___ SMALL BUSINESS                 ___ OTHER
              SIC :        SIZE STANDARD :

9.  SOLICITATION: N/A

10. ITEMS TO BE PURCHASED (BRIEF DESCRIPTION)
___ SUPPLIES  ___ SERVICES

11. IF OFFER IS ACCEPTED BY THE GOVERNMENT WITHIN ____________ CALENDAR
DAYS (60 CALENDAR DAYS UNLESS OFFEROR INSERTS A DIFFERENT PERIOD) FROM THE
DATE SET FORTH IN BLK 9 ABOVE. THE CONTRACTOR AGREES TO HOLD ITS OFFERED
PRICES FIRM FOR THE ITEMS SOLICITED HEREIN AND TO ACCEPT ANY RESULTING
CONTRACT SUBJECT TO THE TERMS AND CONDITIONS STATED HEREIN.

12. ADMINISTERED BY

                 DCMAO TWIN CITIES
                 3001 METRO DR
                 BLOOMINGTON MN 55425-1573

                 PAS #: NONE                        SCD:  B

                 CODE S2401A

13. CONTRACTOR OFFEROR

                 RECOVERY ENGINEERING INC
                 2229 EDGEWOOD AVE S
                 MINNEAPOLIS MN 55426-0000

                 TELEPHONE NO

___ CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER

                 SIZE CODE: J

                 CODE OBJ61        FACILITY CODE ____

14. PAYMENT WILL BE MADE BY

                 DFAS COLUMBUS CENTER
                 DFAS-CO/GATEWAY DIVISION
                 P O BOX 182251
                 COLUMBUS OH 43218-2251

                 SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK:    14

                 CODE SC1028

15. PROMPT PAY DISCOUNT:  NET 30 CALENDAR DAYS

16. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION
    ___ 10 U.S.C. 2304 (C) (_____)     ___ 41 U.S.C. 253 (C) (_____)

17. ITEM NO.


18. SCHEDULE OF SUPPLIES/SERVICES

                         SEE SCHEDULE

       REMITTANCE ADDRESS
                         REMITTANCE ADDRESS IS SAME AS THE CONTRACTOR'S ADDRESS
                           CITED IN BLOCK 13

                         OPTION ITEMS ARE AWARDED BUT NOT EXERCISED AT THIS TIME

19. QUANTITY


20. UNIT


21. UNIT PRICE


22. AMOUNT


23. ACCOUNTING AND APPROPRIATION DATA

                 SEE SECTION G

24. TOTAL AWARD AMOUNT  (FOR GOVT USE ONLY)

                 $1,862,640.00

25. _X_ CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _____
COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL
ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY CONTINUATION
SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN.

26. ___ AWARD OF CONTRACT: YOUR OFFER ON SOLICITATION NUMBER SHOWN IN BLOCK
4 INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS
ACCEPTED AS TO ITEMS :

27. SIGNATURE OF OFFEROR/CONTRACTOR

    NAME AND TITLE OF SIGNER (TYPE OR PRINT)

                 Brian F. Sullivan, President

    DATE SIGNED

28. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)

    NAME OF CONTRACTING OFFICER

                 Jeffrey M. Morgan

    DATE SIGNED  08/01/95


                                                                    PAGE 2 OF 13
                                                CONTRACT NUMBER F09603-95-C-0732



                           PART I - THE SCHEDULE
                                 SECTION B

                   SUPPLIES OR SERVICES AND PRICES/COSTS

- -----------------------------------------------------------------------------
   ITEM   SUPPLIES/SERVICES          QTY UNIT      UNIT PRICE            AMOUNT
- -----------------------------------------------------------------------------

 B-1

   0001       4610-01-313-6085         3582  EA
              MANUAL REVERSE OSMOSIS DESALINATOR (MROD) IAW SECTION C
              APPL:  COMMON
              PR NR: 2R4AMS-94-22RUT-01-02       IM CODE:  T3D
              PR LI:   0001/0002
              FOB:  ORIGIN
              QTY VAR:   0% OVER     0% UNDER
              ACRN:  AA
              PQA/INSP SITE:  ORIGIN            ACCEPTANCE:  ORIGIN

   GOVERNMENT'S REQUIRED DELIVERY SCHEDULE

   QTY        UNIT    DELIVERY         SHIP TO  REQUISITION NR  PRIORITY
   480        EA      9 OCT 95         BELOW    W58HOZ5177A151  03
   480        EA      8 NOV 95
   480        EA      8 DEC 95,480 EA 7 JAN 96,480 EA 6 FEB 96,480 EA 8 MAR 96,
   480 EA 7   APR 96,222 EA 7 MAY 96

   0002       WARRANTY                 3582  EA  $    -0-          $     -0-
              PR NR:  2R4AMS-94-22RUT-01-02
              PR LI:   0003
              ACRN:   AA

   0003       DATA IN ACCORDANCE      1   LO
              WITH DD FORM 1423
              ATTACHED HERETO
              (A003) QUALITY
              CONFORMANCE/ACCEPTANCE TESTING
              FOB: DEST
              QTY VAR:   0% OVER     0% UNDER
              ACRN: AA
              INSP SITE:  IAW DD FORM 1423    ACCEPTANCE SITE:  IAW DD FORM 1423
              $_____-0-________ PER LO

NOTE:  NO HARDWARE WILL BE ACCEPTED WITHOUT APPROVED MANUALS.

   0004       COMMERCIAL DATA/
              TECHNICAL MANUALS
              IAW TM 86-01 AND
              DD FORM 1423 ATTACHED
              QTY VAR:   0% OVER     0% UNDER
              PR LI:  0002

   0004AA     DATA (ELIN B001)      2    SE
              REVIEW COPIES
              FOB: DESTINATION
              ACRN: AA
              $_____-0-________ PER SET

   0004AB     DATA (ELIN B002)      1   SE
              APPROVED COMMERCIAL
              MANUAL
              FOB: DESTINATION
              ACRN: AA
              $_____-0-________ PER SET


                                                                    PAGE 3 OF 13
                                                CONTRACT NUMBER F09603-95-C-0732



   0004AC     DATA (ELIN  B003)      1     SE
              REPRODUCTION MEDIA
              FOB: DESTINATION
              ACRN: AA
              $_____-0-________ PER SET

                                     OPTIONS

B-2 FIRST OPTION PERIOD (THE 365 DAY PERIOD IMMEDIATELY FOLLOWING THE EFFECTIVE
DATE OF THE BASIC CONTRACT).

THE GOVERNMENT MAY INCREASE THE QUANTITY OF SUPPLIES BY REQUIRING DELIVERY OF
OPTION LINE ITEMS IN ANY QUANTITY FROM 1 THROUGH THE MAXIMUM STATED IN THE
SCHEDULE. THIS MAY BE DONE FROM TIME TO TIME WITHIN 365 DAYS AFTER CONTRACT
AWARD.

   1001       SAME AS 0001        1 - 1800 EA      [Confidential Treatment]
              FOB:  ORIGIN
              PQA/INSP  SITE:   ORIGIN
              ACCEPTANCE:    ORIGIN

   GOVERNMENT'S REQUIRED DELIVERY SCHEDULE

    QTY         UNIT  DELIVERY         SHIP TO  REQUISITION NR      PRIORITY
    1-320       EA    EVERY 30 DAYS    BELOW    NON-MILSTRIP        N/A
                      BEGINNING    60
                      DAYS *

    *AFTER EXERCISE OF OPTION.

   1002        WARRANTY           1 - 1800 EA      $   -0-

B-3 SECOND OPTION PERIOD (THE 365 DAY PERIOD IMMEDIATELY FOLLOWING THE FIRST
OPTION PERIOD).

THE GOVERNMENT MAY INCREASE THE QUANTITY OF SUPPLIES BY REQUIRING DELIVERY OF
OPTION LINE ITEMS IN ANY QUANTITY FROM 1 THROUGH THE MAXIMUM STATED IN THE
SCHEDULE. THIS MAY BE DONE FROM TIME TO TIME WITHIN 365 DAYS AFTER THE END OF
THE FIRST OPTION PERIOD.

   2001        SAME AS 0001       1 - 1800 EA      [Confidential Treatment]
               FOB:  ORIGIN
               PQA/INSP SITE:   ORIGIN
               ACCEPTANCE:  ORIGIN

GOVERNMENT'S REQUIRED DELIVERY SCHEDULE

    QTY        UNIT  DELIVERY         SHIP TO  REQUISITION NR      PRIORITY
    1-320      EA    EVERY 30 DAYS    BELOW    NON-MILSTRIP        N/A
                     BEGINNING 60
                     DAYS*

    *AFTER EXERCISE OF OPTION.

   2002        WARRANTY           1 - 1800 EA      $   -0-

B-4 THIRD OPTION PERIOD (THE 365 DAY PERIOD IMMEDIATELY FOLLOWING THE SECOND
OPTION PERIOD).

THE GOVERNMENT MAY INCREASE THE QUANTITY OF SUPPLIES BY REQUIRING DELIVERY OF
OPTION LINE ITEMS IN ANY QUANTITY FROM 1 THROUGH THE MAXIMUM STATED IN THE
SCHEDULE. THIS MAY BE DONE FROM TIME TO TIME WITHIN 365 DAYS AFTER THE END OF
THE SECOND OPTION PERIOD.

   3001        SAME AS 0001       1 - 1800 EA      [Confidential Treatment]
               FOB:  ORIGIN
               PQA/INSP SITE:   ORIGIN              ACCEPTANCE:  ORIGIN


                                                                    PAGE 4 OF 13
                                                CONTRACT NUMBER F09603-95-C-0732


   GOVERNMENT'S REQUIRED DELIVERY SCHEDULE

    QTY        UNIT  DELIVERY         SHIP TO  REQUISITION NR      PRIORITY
    1-320      EA    EVERY 30 DAYS    BELOW    NON-MILSTRIP        N/A
                     BEGINNING 60
                     DAYS*

    *AFTER EXERCISE OF OPTION.

   3002        WARRANTY           1 - 1800 EA      $   -0-

         SHIP TO/MARK FOR:

              BRX ACCT (AMSS)                                CODE: W8007A
              RED RIVER ARMY DEPOT
              TEXARKANA TX 75507-5000

                          Contract: (See Face Sheet of Award)

                    REQUISITION NR: (See Each Item in Schedule)

  B-1.                     CLAUSES AND PROVISIONS

          (a) Clause and provisions from the Federal Acquisition Regulation
          (FAR) and supplements thereto are incorporated in this document by
          reference and in full text. Those incorporated by reference have the
          same force and effect as if they were given in full text.

          (b) Clauses and provisions in this document will be numbered in
          sequence, but will not necessarily appear in consecutive order.

          (c) By signature on this contractual document, Contractor certifies
          that their Section K, Representations and Certifications previously
          submitted or returned herewith are current and applicable. They are
          hereby incorporated by reference.


                           PART I - THE SCHEDULE
                                 SECTION C
                 DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

  C-1.           SPECIFICATIONS, STANDARDS AND DRAWINGS
                 (IAW  FAR  10.008)
         Specifications, standards or drawings (as applicable) are
         furnished/listed below:

         ITEM NR          SPECIFICATIONS, STANDARDS AND/OR ATTACHMENTS

         ALL ITEMS        PURCHASE DESCRIPTION PD94KJE40 DATED 95 MAR 13;
                          AFMC FORM 762 DATED 95 MAR 13


                           PART I - THE SCHEDULE
                                 SECTION D
                           PACKAGING AND MARKING

  D-1.                    PRESERVATION, PACKAGING, PACKING REQUIREMENTS
                          (IAW FAR 10.004(e), 14.201-2(d), and 15.406-2(d))
         If AFMC Form 158 is attached hereto all items shall be preserved,
         packaged and packed in accordance with said AFMC Form 158.

  D-2.                    MARKING OF SHIPMENTS
                          (IAW FAR 10.004(e), 14.201-2(d), and 15.406-2(d)) The
         Contractor shall mark all shipments under this contract in accordance
         with Section B and the current edition of MIL-STD-129, (and/or 130 if
         applicable) "Marking for Shipment and Storage." AFLC Form 53, if
         attached, is applicable.

        NOTE:   SHELF LIFE IS 60 MONTHS.


                                                                    PAGE 5 OF 13
                                                CONTRACT NUMBER F09603-95-C-0732

                           PART I - THE SCHEDULE
                                 SECTION E
                         INSPECTION AND ACCEPTANCE

E-460.  5352.246-9000    MATERIAL INSPECTION AND RECEIVING REPORT      JAN 1993
                         (IAW AFMCFARS 5346.370(90))
          (a) As specified by DFARS, Appendix F, Table 2, a copy of DD Forms 250
          shall be forwarded to the following address:

                (1)  Forward the purchasing office copy to:

                     WR-ALC/LKKB, 460 2ND ST, STE 221, ROBINS AFB GA 31098-1640

                (2) For shipments involving Military Assistance Program (MAP),
                Grant Aid (GA) and Foreign Military Sales (FMS) requirements, an
                additional copy shall be sent under separate cover to:

                     DAO-DE ROBINS/FSB, 236 Milledgeville St, STE F26, Robins
                     AFB GA 31098-1616

                (3) Additional distribution of DD Forms 250 is to be made to the
                following address (es).

                     WR-ALC/LKJMD, 460 SECOND ST STE 221, ROBINS AFB GA 
                     31098-1640 WR-ALC/LKJE, 460 SECOND ST STE 221, ROBINS AFB
                     GA 31098-1640 ARM PROJECT MANAGER (PM) AVIATION LIFE 
                     SUPPORT EQUIPMENT (ALSE), ATTN: SFAE-AV-LSE, 4300 GOOD
                     FELLOW BLVD, ST LOUIS MO 63120-1798

          (b) These special instructions shall be included in any subcontract
          hereunder where the items purchased from the subcontractor are to be
          shipped directly to the U.S. Government or to a foreign destination.

          (c) If delivery of MAP, GA, or FMS items to foreign destinations is
          required, the copies of DD Forms 250 required by DFARS, Appendix F,
          Table 2, shall be forwarded to the "ship to" address designated in the
          contract.

E-505C.                  INSPECTION AND ACCEPTANCE                    AUG  1992
                         (IAW FAR 46.401(b) and 46.503)

          Procurement Quality Assurance (POA)/Inspection will be at RECOVERY
          ENGINEERING, INC. 2229 EDGEWOOD AVE S. MINNEAPOLIS, MN 55426 and when
          applicable, final inspection and acceptance will be at RECOVERY
          ENGINEERING, INC. 2229 EDGEWOOD AVE S., MINNEAPOLIS, MN 55426.
          (WR-ALC)

                              PART I - THE SCHEDULE
                                    SECTION F
                            DELIVERIES OR PERFORMANCE

 F-23.    52.212-9          VARIATION IN QUANTITY                     APR  1984
                            (IAW FAR 12.403(a))
          See schedule for percentage of increase or decrease.

 F-24.    52.212-10         DELIVERY OF EXCESS QUANTITIES             SEP  1989
                            (IAW FAR 12.403(b))

 F-26.    52.212-13         STOP-WORK ORDER                           AUG  1989
                            (IAW FAR 12.505(b)(1))

 F-30.    52.247-29         F.O.B. ORIGIN                             JUN  1988
                            (IAW FAR 47.303-1(c))

F-35C.                      F.O.B. ORIGIN
                            (IAW FAR 47.305(b))
          Any supply item applicable to this document shall be delivered:
          F.O.B. carrier's equipment at the plant or plants at 2229 EDGEWOOD
          AVE S., MINNEAPOLIS MN 55426.

              FOR SHIP TO AND DELIVERY (IF APPLICABLE):   SEE SECTION B

 F-36.    52.247-34         F.O.B. DESTINATION                        NOV  1991
                            (IAW FAR 47.303-6(c))


                                                                    PAGE 6 OF 13
                                                CONTRACT NUMBER F09603-95-C-0732

 F-70.  52.247-58      LOADING, BLOCKING, AND BRACING OF FREIGHT CAR    APR 1984
                       SHIPMENTS
                       (IAW FAR 47.305-15(a)(2))

 F-71.  52.247-59      F.O.B. ORIGIN-CARLOAD AND TRUCKLOAD SHIPMENTS    APR 1984
                       (IAW FAR 47.305-16(a))

 F-74.  52.247-61      F.O.B. ORIGIN-MINIMUM SIZE OF SHIPMENTS          APR 1984
                       (IAW FAR 47.305-16(c))

F-500.  5352.204-9504  NOTIFICATION REGARDING ADMINISTRATIVE PROBLEMS   JUL 1992
                       (IAW WR-ALC FAR SUP 5304.103-95)

        If at any time during the performance of this contract administrative
        problems should arise which will have an adverse impact on timely
        performance by the Contractor or affect the contract price, the
        Contractor is required to immediately notify WR-ALC/LKKB, ROBINS AFB GA
        31098-1640 and the cognizant administrative contracting officer (ACO).

                              PART I - THE SCHEDULE
                                    SECTION G
                          CONTRACT ADMINISTRATION DATA

  G-1.                   ACCOUNTING AND APPROPRIATION DATA

         AA:21 42031 45E5E03 P1430AW401031 BWL4 31EA S23204 W58HOZ

G-400.  5352.212-9000  CONTRACTOR REPORTING REQUIREMENTS               JUL 1992
                       (IAW AFMCFARS 5312.304(90))
        Any report required by 15 CFR 700, Subpart D, Section 700.13(d) of the
        Defense Priorities and Allocation System regulation relating to an
        actual or anticipated delayed shipment, reason for delay, and/or new
        projected shipment date is to be sent concurrently by the Contractor to
        both the Procuring Contracting Officer (PCO) and the Administrative
        Contracting Officer (ACO) within the specified ten (10) calendar days.

                              PART I - THE SCHEDULE
                                    SECTION H
                          SPECIAL CONTRACT REQUIREMENTS

H-305.  5352.210-9000  ELIMINATION OF USE OF CLASS I OZONE DEPLETING   OCT 1994
                       SUBSTANCES (ODS) IN AIR FORCE PROCUREMENTS
                       (IAW AFFARS 5310.9006(a))
        (a) It is the Air Force policy to preserve mission readiness while
        minimizing dependency on Class I Ozone Depleting Substances (ODS), and
        their release into the environment, to help protect the Earth's
        stratospheric ozone layer.

        (b)   Unless a specific waiver has been approved, Air Force
              procurements:

              (1) May not include any specification, standard, drawing or other
              document that requires the use of a Class I ODS in the design,
              manufacture, test, operation, or maintenance of any system,
              subsystem, item, component or process; and

              (2) May not include any specification, standard, drawing or other
              document that establishes a requirement that can only be met by
              use of a Class I ODS:

        (c)   For the purposes of Air Force policy, the following are Class I
              ODS:

              (1)  Halons:  1011, 1202, 1211, 1301 and 2402

              (2)  Chlorofluorocarbons: (CFCs); CFC-11, CFC-12, CFC-13, CFC-111,
              CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213,
              CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500,
              R-501, R-502, and R-503. 

              (3)  Other Controlled Substances:  Carbon Tetrachloride, Methyl
              Chloroform, and Methyl Bromide.


                                                                    PAGE 7 OF 13
                                                CONTRACT NUMBER F09603-95-C-0732

         (d) The Air Force has reviewed the requirements specified in this
         contract to reflect this policy. Where considered essential, specific
         approval has been obtained to require use of the following substances:

         Substance                   Application/Use             Quantity (lbs)

         NONE

         (e) To assist the Air Force in implementing this policy, the
         offeror/contractor is encouraged, but not required, to notify the
         contracting officer if any Class I ODS not specifically listed above,
         is required in the performance of this contract.

                           PART II - CONTRACT CLAUSES
                                    SECTION I
                                CONTRACT CLAUSES

   FAR   52.252-2        CLAUSES INCORPORATED BY REFERENCE            JUN  1988
                         (IAW FAR 52.107(b))
         This contract incorporates one or more clauses by reference, with the
         same force and effect as if they were given in full text. Upon request,
         the Contracting Officer will make their full text available.

    NO   FAR PARA        CLAUSE TITLE                                 DATE

I-18.    52.203-1        OFFICIALS NOT TO BENEFIT                     APR  1984
                         (IAW FAR 3.102-2)
I-19.    52.203-3        GRATUITIES                                   APR  1984
                         (IAW FAR 3.202)
I-20.    52.203-5        COVENANT AGAINST CONTINGENT FEES             APR  1984
                         (IAW FAR 3.404(c))
I-21.    52.203-6        RESTRICTIONS ON SUBCONTRACTOR SALES TO THE   JUL  1985
                         GOVERNMENT
                         (IAW FAR 3.503-2)
I-22.    52.203-7        ANTI-KICKBACK PROCEDURES                     OCT  1988
                         (IAW FAR 3.502-3)

I-24.    52.203-9        REQUIREMENT FOR CERTIFICATE OF PROCUREMENT   NOV  1990
                         INTEGRITY--MODIFICATION
                         (IAW FAR 3.104-10(b))
         (a) Definitions.  The definitions set forth in FAR 3.104-4 are hereby
         incorporated in this clause.

         (b) The Contractor agrees that it will execute the certification set
         forth in paragraph (c) of this clause when requested by the Contracting
         Officer in connection with the execution of any modification of this
         contract.

         (c) Certification. As required in paragraph (b) of this clause, the
         officer or employee responsible for the modification proposal shall
         execute the following certification:

                           CERTIFICATE OF PROCUREMENT
                       INTEGRITY--MODIFICATION (NOV 1990)

                  (1) I, __________________________________ [Name of certifier
                  am the officer or employee responsible for the preparation of
                  this modification proposal and hereby certify that, to the
                  best of my knowledge and belief, with the exception of any
                  information described in this certification, I have no
                  information concerning a violation or possible violation of
                  subsection 27(a), (b), (d), or (f) of the Office of Federal
                  Procurement Policy Act, as amended* (41 U.S.C. 423),
                  (hereinafter referred to as "the Act"), as implemented in the
                  FAR, occurring during the conduct of this procurement
                  (contract and modification number). (2) As required by
                  subsection 27(e)(1)(B) of the Act, I further certify that to
                  the best of my knowledge and belief, each officer, employee,
                  agent, representative, and consultant of
                  _________________________________ [Name of Offeror] who has
                  participated personally and substantially in the preparation
                  or submission of this proposal has certified that he or she is
                  familiar with, and will comply with, the requirements of
                  subsection 27(a) of the Act, as implemented in the FAR, and
                  will report immediately to me any information concerning a
                  violation or possible violation of subsections 27(a), (b), (d)
                  or (f) of the Act, as implemented in the FAR, pertaining to
                  this procurement.


                                                                    PAGE 8 OF 13
                                                CONTRACT NUMBER F09603-95-C-0732


                  (3) Violations or possible violations: (Continue on plain bond
                  paper if necessary and label Certificate of Procurement
                  Integrity--Modification (Continuation Sheet), ENTER "NONE" IF
                  NONE EXISTS) _________________________________________________
                  ______________________________________________________________
                  ______________________________________________________________
                  [Signature of the officer or employee responsible for the
                  modification proposal and date]
                  ______________________________________________________________
                  [Typed name of the officer or employee responsible for the
                  modification proposal]
                  ______________________________________________________________
                  *Subsections 27(a), (b), and (d) are effective on December 1,
                  1990. Subsection 27(f) is effective on June 1, 1991. THIS
                  CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN
                  AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE,
                  FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER
                  SUBJECT TO PROSECUTION UNDER TITLE 18, UNITED STATES CODE,
                  SECTION 1001.
                                    (End of certification)

         (d) In making the certification in paragraph (2) of the certificate,
         the officer or employee of the competing Contractor responsible for the
         offer or bid, may rely upon a one-time certification from each
         individual required to submit a certification to the competing
         Contractor, supplemented by periodic training. These certifications
         shall be obtained at the earliest possible date after an individual
         required to certify begins employment or association with the
         contractor. If a contractor decides to rely on a certification executed
         prior to the suspension of section 27 (i.e., prior to December 1,
         1989), the Contractor shall ensure that an individual who has so
         certified is notified that section 27 has been reinstated. These
         certifications shall be maintained by the Contractor for a period of 6
         years from the date a certifying employee's employment with the company
         ends or, for an agency, representative, or consultant, 6 years from the
         date such individual ceases to act on behalf of the contractor.

         (e) The certification required by paragraph (c) of this clause is a
         material representation of fact upon which reliance will be placed in
         executing this modification.
  I-25.  52.203-10     PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER  SEP 1990
                       ACTIVITY
                       (IAW FAR 3.104-10(c))
 I-25C.  52.203-12     LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN      JAN 1990
                       FEDERAL TRANSACTIONS
                       (IAW FAR 3.808(b))

  I-78.  52.209-6      PROTECTING THE GOVERNMENT'S INTEREST WHEN        NOV 1992
                       SUBCONTRACTING WITH CONTRACTORS DEBARRED,
                       SUSPENDED, OR PROPOSED FOR DEBARMENT
                       (IAW FAR 9.409(b))
 I-102.  52.212-8      DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS     SEP 1990
                       (IAW FAR 12.304(b))
 I-127.  52.215-1      EXAMINATION OF RECORDS BY COMPTROLLER GENERAL    FEB 1993
                       (IAW FAR 15.106-1(b))
 I-144.  52.215-33     ORDER OF PRECEDENCE                              JAN 1986
                       (IAW FAR 15.406-3(b))

 I-193.  52.217-7      OPTION FOR INCREASED QUANTITY-SEPARATELY         MAR 1989
                       PRICED LINE ITEM
                       (IAW FAR 17.208(e))
         For the purposes of this clause the blank(s) are completed as follows:
              within OPTION I 365 DAYS AFTER EFFECTIVE DATE OF BASIC CONTRACT
              within OPTION II 365 DAYS AFTER END OF THE FIRST OPTION PERIOD
              within OPTION III 365 DAYS AFTER END OF THE SECOND OPTION
              CONTRACT.
 I-214.  52.219-8      UTILIZATION OF SMALL BUSINESS CONCERNS AND       FEB 1990
                       SMALL DISADVANTAGED BUSINESS CONCERNS
                       (IAW FAR 19.708(a))
 I-220.  52.219-13     UTILIZATION OF WOMEN-OWNED SMALL BUSINESSES      AUG 1986
                       (IAW FAR 19.902)

 I-228.  52.220-3      UTILIZATION OF LABOR SURPLUS AREA CONCERNS       APR 1984
                       (IAW FAR 20.302(a))
 I-229.  52.220-4      LABOR SURPLUS AREA SUBCONTRACTING PROGRAM        APR 1984
                       (IAW FAR 20.302(b))


                                                                    PAGE 9 OF 13
                                                CONTRACT NUMBER F09603-95-C-0732


I-245.   52.222-1      NOTICE TO THE GOVERNMENT OF LABOR DISPUTES       APR 1984
                       (IAW FAR 22.101-1(e), and 22.103-5(a))
I-263.   52.222-20     WALSH-HEALEY PUBLIC CONTRACTS ACT                APR 1984
                       (IAW FAR 22.610(b))
I-264.   52.222-26     EQUAL OPPORTUNITY                                APR 1984
                       (IAW FAR 22.810(e))
I-267.   52.222-28     EQUAL OPPORTUNITY PREAWARD CLEARANCE             APR 1984
                       OF SUBCONTRACTS
                       (IAW FAR 22.810(g))
I-274.   52.222-35     AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND      APR 1984
                       VIETNAM ERA VETERANS
                       (IAW FAR 22.1308(a)(1), and DFARS 222.1308(a)(1))
I-276.   52.222-36     AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS       APR 1984
                       (IAW FAR 22.1408(a))
I-278.   52.222-37     EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS  JAN 1988
                       AND VETERANS OF THE VIETNAM ERA
                       (IAW FAR 22.1308(b))
I-292.   52.223-2      CLEAN AIR AND WATER                              APR 1984
                       (IAW FAR 23.105(b))
I-295.   52.223-6      DRUG-FREE WORKPLACE                              JUL 1990
                       (IAW FAR 23.505(b))

I-311.   52.225-10     DUTY-FREE ENTRY                                  APR 1984
                       (IAW FAR 25.605(a))
         For the purposes of this clause the blank(s) are completed as follows:
              (f)(3) The notation "UNITED STATES GOVERNMENT, DEPARTMENT OF
              DEFENSE, Duty-free entry to be claimed pursuant to Schedule 8,
              Part 3, Item No. 832.00 Tariff Schedules of the United States (19
              U.S.C. 1202). Upon arrival of shipment at port of entry, District
              Director of Customs, please release shipment under 19 CFR 142 and
              notify the appropriate contract administration office for
              execution of Customs Forms 7501 and 7501-A and any required
              duty-free entry certificates."
I-352.   52.229-3      FEDERAL, STATE, AND LOCAL TAXES                  JAN 1991
                       (IAW FAR 29.401-3)
I-403.   52.232-17     INTEREST                                         JAN 1991
                       (IAW FAR 32.617(a), and 32.617(b))
I-409.   52.232-23     ASSIGNMENT OF CLAIMS                             JAN 1986
                       (IAW FAR 32.806(a)(1))
I-410.   52.232-23     ALTERNATE I                                      APR 1984
                       (IAW FAR 32.806(a)(2))

I-416.   52.232-28     ELECTRONIC FUNDS TRANSFER PAYMENT METHODS        APR 1989
                       (IAW FAR 32.908(d))
I-417.   52.233-1      DISPUTES                                         MAR 1994
                       (IAW FAR 33.215)
I-538.   52.242-10     F.O.B. ORIGIN--GOVERNMENT BILLS OF LADING OR     APR 1984
                       PREPAID POSTAGE
                       (IAW FAR 42.1404-2(a))
I-541.   52.242-13     BANKRUPTCY                                       APR 1991
                       (IAW FAR 42.903)
I-546.   52.243-1      CHANGES--FIXED-PRICE                             AUG 1987
                       (IAW FAR 43.205(a)(1))

I-614.   52.246-18     WARRANTY OF SUPPLIES OF A COMPLEX NATURE         APR 1984
                       (IAW FAR 46.710(b)(1))
         For the purposes of this clause the blank(s) are completed as follows:
         (b)(1)    365 DAYS AFTER DELIVERY
         (c)(3)    30 DAYS AFTER DISCOVERY OF THE DEFECT
                   30 DAYS AFTER NOTIFICATION
                   30 DAYS
         (c)(4)    30 DAYS
                   30 DAYS
I-615.   52.246-18         ALTERNATE I                                  APR 1984
                           (IAW FAR 46.710(b)(2))

I-636.   52.247-1          COMMERCIAL BILL OF LADING NOTATIONS          APR 1984
                           (IAW FAR 47.104-4(a))


                                                                   PAGE 10 OF 13
                                                CONTRACT NUMBER F09603-95-C-0732

I-732.    52.252-4         ALTERATIONS IN CONTRACT                      APR 1984
                           (IAW FAR 52.107(d))
          Portions of this contract are altered as follows:
          PARAGRAPH (b) (1), IN CLAUSE 1-615 IS HEREBY REPLACED WITH THE
          FOLLOWING: NOTWITHSTANDING INSPECTION AND ACCEPTANCE BY THE GOVERNMENT
          OF SUPPLIES FURNISHED UNDER THIS CONTRACT, OR ANY CONDITIONS OF THIS
          CONTRACT CONCERNING THE CONCLUSIVENESS THEREOF, THE CONTRACTOR
          WARRANTS THAT FOR 365 DAYS AFTER DELIVERY, ALL SUPPLIES FURNISHED
          UNDER THIS CONTRACT WILL BE FREE FROM DEFECTS IN DESIGN MATERIAL AND
          WORKMANSHIP AND, THAT AT TIME OF DELIVERY ALL SUPPLIES. NOTE THAT
          SUBPARAGRAPHS (b) (1)(i), (ii), (iii), (iv) AND (v) UNDER CLAUSE I-615
          REMAIN AS STATED IN CLAUSE I-615

I-733.    52.252-6          AUTHORIZED DEVIATIONS IN CLAUSES            APR 1984
                            (IAW FAR 52.107(f))
          (a) The use in this solicitation or contract of any Federal
          Acquisition Regulation (48 CFR Chapter 1) clause with an authorized
          deviation is indicated by the addition of "(DEVIATION)" after the date
          of the clause.

          (b) The use in this solicitation or contract of any Defense Federal
          Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an
          authorized deviation is indicated by the addition of "(DEVIATION)"
          after the name of the regulation.

<TABLE>
<CAPTION>

<S>       <C>            <C>                                                       <C> 
IA-20.    252.203-7000    STATUTORY PROHIBITION ON COMPENSATION TO FORMER           DEC 1991
                          DEPARTMENT OF DEFENSE EMPLOYEES
                          (IAW DFARS 203.170-4)
IA-22.    252.203-7001    SPECIAL PROHIBITION ON EMPLOYMENT                         APR 1993
                          (IAW DFARS 203.570-5)
IA-40.    252.205-7000    PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT         DEC 1991
                          HOLDERS
                          (IAW DFARS 205.470-2)
IA-105.   252.211-7000    TERMINATION--COMMERCIAL ITEMS                             MAY 1991
                          (IAW DFARS 211.7005(a)(20))
IA-106.   252.211-7001    INVOICE AND PROMPT PAYMENT--COMMERCIAL ITEMS              MAY 1991
                          (IAW DFARS at 211.7005(a)(21))
IA-107.   252.211-7002    CHANGES--COMMERCIAL ITEMS                                 MAY 1991
                          (IAW DFARS 211.7005(a)(22))
IA-108.   252.211-7003    PATENT AND COPYRIGHT INDEMNIFICATION--COMMERCIAL ITEMS    MAY 1991
                          (IAW DFARS 211.7005(a)(23))
IA-109.   252.211-7004    INSPECTION AND ACCEPTANCE--COMMERCIAL ITEMS               MAY 1991
                          (IAW DFARS 211.7005(a)(24))
IA-111.   252.211-7006    TITLE AND RISK OF LOSS--COMMERCIAL ITEMS                  MAY 1991
                          (IAW DFARS 211.7005(a)(26))
IA-112.   252.211-7010    PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA--      MAY 1991
                          CONTRACT MODIFICATIONS--COMMERCIAL ITEMS
                          (IAW DFARS 211.7005(a)(27))
IA-113.   252.211-7011    AUDIT OF CONTRACT MODIFICATIONS--COMMERCIAL ITEMS         MAY 1991
                          (IAW DFARS 211.7005(a)(28))
IA-114.   252.211-7015    TECHNICAL DATA AND COMPUTER SOFTWARE--COMMERCIAL          MAY 1991
                          ITEMS
                          (IAW DFARS 211.7005(a)(29))

IA-115.   252.211-7016    TECHNICAL DATA AND COMPUTER SOFTWARE--WITHHOLDING         MAY 1991
                          OF PAYMENT--COMMERCIAL ITEMS
                          (IAW DFARS 211.7004-1(h)(4))
          For the purposes of this clause the blank(s) are completed as follows:
          (c)  10%

IA-116.   252.211-7017      CERTIFICATION OF TECHNICAL DATA AND COMPUTER            MAY 1991
                            SOFTWARE CONFORMITY--COMMERCIAL ITEMS
                            (IAW DFARS 211.7004-1(h)(4))
</TABLE>

          (b) All technical data and computer software delivered under this
          contract shall be accompanied by the following written certification:

               The contractor, __________________________, hereby certifies
               that, to the best of its knowledge and belief, the technical data
               or computer software delivered herewith under contract number
               _____________________________ are complete, accurate, and comply
               with all requirements of the contract.

               Date:                 _______________________
               Name and Title of
               Certifying Official:  _______________________

IA-117.   252.211-7021      CLAUSES TO BE INCLUDED IN CONTRACTS WITH    MAY 1991
                            SUBCONTRACTORS AND SUPPLIERS--COMMERCIAL ITEMS
                            (IAW DFARS 211.7005(a)(30))


                                                                   PAGE 11 OF 13
                                                CONTRACT NUMBER F09603-95-C-0732


IA-152.   252.215-7000      PRICING ADJUSTMENTS                         DEC 1991
                            (IAW DFARS 215.804-8(1))

<TABLE>
<CAPTION>

<S>       <C>              <C>                                                     <C> 
IA-230.   252.219-7006      NOTICE OF EVALUATION PREFERENCE FOR SMALL               MAY 1994
                            DISADVANTAGED BUSINESS CONCERNS
                            (IAW DFARS 219.7003)
          For the purposes of this clause, the offeror will complete the
          following, if applicable:
                [X ] Offeror elects to waive the preference
IA-287.   252.225-7001      BUY AMERICAN ACT AND BALANCE OF PAYMENTS                JAN 1994
                            PROGRAM
                            (IAW DFARS 225.109(d))
IA-288.   252.225-7002      QUALIFYING  COUNTRY SOURCES AS SUBCONTRACTORS           DEC 1991
                            (IAW DFARS 225.109-70(a))

IA-293.   252.225-7012      PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES             MAY 1994
                            (IAW DFARS 225.7002-4(a))
IA-295.   252.225-7014      PREFERENCE FOR DOMESTIC SPECIALTY METALS                DEC 1991
                            (IAW DFARS 225.7002-4(c))

IA-312D.  252.225-7027      LIMITATION ON SALES COMMISSIONS AND FEES                DEC 1991
                            (IAW DFARS 225.7308(a))
          For the purposes of this clause the blank(s) are completed as
               follows: AUSTRALIA, TAIWAN, EGYPT, GREECE, ISRAEL, JAPAN, JORDAN,
               REPUBLIC OF KOREA, KUWAIT, PAKISTAN, PHILIPPINES, SAUDI ARABIA,
               TURKEY, THAILAND, OR VENEZUELA (AIR FORCE).

IA-425.   252.233-7000      CERTIFICATION OF CLAIMS AND REQUESTS FOR ADJUSTMENT     MAY 1994
                            OR RELIEF
                            (IAW DFARS 233.7001)
IA-648.   252.243-7001      PRICING OF CONTRACT MODIFICATIONS                       DEC 1991
                            (IAW DFARS 243.205-71)
IA-679.   252.246-7000      MATERIAL INSPECTION AND RECEIVING REPORT                DEC 1991
                            (IAW DFARS 246.370(a))

IA-745.   252.247-7023      TRANSPORTATION OF SUPPLIES BY SEA                       DEC 1991
                            (IAW DFARS 247.573(b)
</TABLE>

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

                (1) "Components" means articles, materials, and supplies
                incorporated directly into and products at any level of
                manufacture, fabrication, or assembly by the Contractor or any
                subcontractor.

                (2) "Department of Defense" (DoD) means the Army,
                Navy, Air Force, Marine Corps, and defense agencies.

                (3) "Foreign flag vessel" means any vessel that is not a
                U.S.-flag vessel.
 
                (4) "Ocean transportation" means any transportation aboard a
                ship, vessel, boat, barge, or ferry through international
                Waters.

                (5) "Subcontractor" means a supplier, materialman, distributor,
                or vendor at any level below the prime contractor whose
                contractual obligation to perform results from, or is
                conditioned upon, award of the prime contract and who is
                performing any part of the work or other requirement of the
                prime contract.

                (6) "Supplies" means all property, except land and interests in
                land, that is clearly identifiable for eventual use by or owned
                by the DoD at the time of transportation by sea.

                      (i) An item is clearly identifiable for eventual use by
                      the DoD if, for example, the contract documentation
                      contains a reference to a DoD contract number or a
                      military destination.

                      (ii) "Supplies" includes (but is not limited to) public
                      works: buildings and facilities; ships; floating equipment
                      and vessels of every character, type, and description,
                      with parts, subassemblies, accessories, and equipment;
                      machine tools; material; equipment; stores of all kinds;
                      end items; construction materials; and components of the
                      foregoing.

                (7) "U.S.-flag vessel" means a vessel of the United States or
                belonging to the United States, including any vessel registered
                or having national status under the laws of the United States.


                                                                   PAGE 12 OF 13
                                                CONTRACT NUMBER F09603-95-C-0732


          (b) The Contractor shall employ U.S.-flag vessels in the
          transportation by sea of any supplies to be furnished in the
          performance of this contract. The Contractor and its subcontractors
          may request that the Contracting Officer authorize shipment in
          foreign-flag vessels, or designate available U.S.-flag vessels, if the
          Contractor or a subcontractor believes that-

                (1) U.S.-flag vessels are not available for timely shipment;
              
                (2) The freight charges are inordinately excessive or
                unreasonable; or

                (3) Freight charges are higher than charges to private persons
                for transportation of like goods.

          (c) The Contractor must submit any request for use of other than
          U.S.-flag vessels in writing to the Contracting Officer at least 45
          days prior to the sailing date necessary to meet its delivery
          schedules. The Contracting Officer will process requests submitted
          after such date(s) as expeditiously as possible, but the Contracting
          Officer's failure to grant approvals to meet the shipper's sailing
          date will not of itself constitute a compensable delay under this or
          any other clause of this contract. Requests shall contain at a
          minimum--

                (1) Type, weight, and cube of cargo; 

                (2) Required shipping date;

                (3) Special handling and discharge requirements;

                (4) Loading and discharge points:

                (5) Name of shipper and consignee;

                (6) Prime contract number; and

                (7) A documented description of efforts made to secure U.S.-flag
                vessels, including points of contact (with names and telephone
                numbers) with at least two U.S.-flag carriers contacted. Copies
                of telephone notes, telegraphic and facsimile message or letters
                will be sufficient for this purpose.

          (d) The Contractor shall, within 30 days after each shipment covered
          by this clause, provide the Contracting Officer and the Division of
          National Cargo Office of Market Development, Maritime Administration,
          U.S. Department of Transportation, Washington, DC 20590, one copy of
          the rated on board vessel operating carrier's ocean bill of lading,
          which shall contain the following information--

                (1)  Prime contract number;

                (2)  Name of vessel;

                (3)  Vessel flag of registry;

                (4)  Date of loading;

                (5)  Port of loading;

                (6)  Port of final discharge;

                (7)  Description of commodity;

                (8)  Gross weight in pounds and cubic feet if available;

                (9)  Total ocean freight in U.S. dollars; and

                (10) Name of the steamship company.

          (e) The Contractor agrees to provide with its final invoice under this
          contract a representation that to the best of its knowledge and
          belief--

                (1) No ocean transportation was used in the performance of this
                contract;

                (2) Ocean transportation was used and only U.S.-flag vessels
                were used for all ocean shipments under the contract;

                (3) Ocean transportation was used, and the Contractor had the
                written consent of the Contracting Officer for all non-U.S.-flag
                ocean transportation; or

                (4) Ocean transportation was used and some or all of the
                shipments were made on non-U.S.-flag vessels without the written
                consent of the Contracting Officer. The Contractor shall
                describe these shipments in the following format:

                         ITEM              CONTRACT
                         DESCRIPTION       LINE ITEMS        QUANTITY
               TOTAL

          (f) If the final invoice does not include the required representation,
          the Government will reject and return it to the Contractor as an
          improper invoice for the purposes of the Prompt Payment clause of this
          contract. In the event there has been unauthorized use of
          non-U.S.-flag vessels in the performance of this contract, the
          Contracting Officer is entitled to equitably adjust the contract,
          based on the unauthorized use.

          (g) The Contractor shall include this clause, including this paragraph
          (g) in all subcontracts under this contract, which exceed the small
          purchase limitation of section 13.000 of the Federal Acquisition
          Regulation.


                                                                   PAGE 13 OF 13
                                                CONTRACT NUMBER F09603-95-C-0732

IA-746.   252.247-7024      NOTIFICATION OF TRANSPORTATION OF         
                            SUPPLIES BY SEA                            DEC 1991
                            (IAW DFARS 247.573(c))
          (a) The Contractor has indicated by the response to the solicitation
          provision, Representation of Extent of Transportation by Sea, that it
          did not anticipate transporting by sea any supplies. If, however,
          after the award of this contract, the Contractor learns that supplies,
          as defined in the Transportation of Supplies by Sea clause of this
          contract, will be transported by sea, the Contractor--

                (1) Shall notify the Contracting Officer of that fact; and (2)
                Hereby agrees to comply with all the terms and conditions of the
                Transportation of Supplies by Sea clause of this contract.

          (b) The Contractor shall include this clause, including this paragraph
          (b), revised as necessary to reflect the relationship of the
          contracting parties, in all subcontracts hereunder.

IA-764.   252.249-7001      NOTIFICATION OF SUBSTANTIAL IMPACT ON
                            EMPLOYMENT                                 DEC 1991
                            (IAW DFARS 249.7002(c))
          (This clause is applicable to all contracts of $5 million or more and
          all contracts with subcontracts of $500,000 or more.)


          PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS
                                    SECTION J
                               LIST OF ATTACHMENTS
            (All listed attachments are at the end of this document)

                                                                          NR
          FORM NR            TITLE                             DATE    OF PAGES

          Any attachment(s) hereto which pertain to item(s) not being awarded
          will be removed and will not be reproduced in the resultant award.
          (IAW WR-ALC FAR SUP 14.201-6(95))

                             PURCHASE DESCRIPTION            95  MAR  13   7
                             PD94KJE40

          AFMC Form  158     Preservation, Packaging and     94  AUG  29   2
                             Packing Requirements

          AFMC FORM  762     Engineering Data List           95  MAR  13   1

          DD Form 1423-1     Exhibit "A", Contract Data      94  SEP  01   1
                             Requirements List with
                             Instructions for completing
                             DD Form 1423

          DD Form 1423       Exhibit "B", Contract Data      94  SEP  01   3
                             Requirements List

          TM86-01D           TECHNICAL MANUAL                94  AUG  31   35
                             CONTRACT REQUIREMENTS




                                                                    PAGE 1 OF 18

SOLICITATION/CONTRACT
BIDDER/OFFEROR TO COMPLETE BLOCKS 11,13,15,21,22, & 27
                  KM/PC             J

1.  THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 350)

    RATING  DO  B9

2.  CONTRACT NO. F09603-95-C-0928

3.  AWARD/EFFECTIVE DATE:  22 SEP 1995

4.  SOLICITATION NUMBER  F09603-95-R-42210

5.  SOLICITATION TYPE    ____ SEALED BIDS (IFB)     ____ NEGOTIATED (RFP)

6.  SOLICITATION ISSUE DATE

7.  ISSUED BY:   DEPARTMENT OF THE AIR FORCE
                  WR-ALC/LKK
                  460 2ND ST STE 221
                  ROBINS AIR FORCE BASE GA  31098-1640

                  BUYER:  KIM MCDONALD/LKKB/912-926-0874     NO COLLECT CALLS

                  CODE FA8507

8.  THIS ACQUISITION IS

                  _X_ UNRESTRICTED              ___ LABOR SURPLUS AREA CONCERNS
                  ___ SET ASIDE :     % FOR     ___ COMBINED SMALL BUSINESS &
                                                    LABOR SURPLUS AREA CONCERNS
                  ___ SMALL BUSINESS            ___ OTHER
                        SIC :        SIZE STANDARD :

9.  SOLICITATION: N/A

10. ITEMS TO BE PURCHASED (BRIEF DESCRIPTION)
___ SUPPLIES  ___ SERVICES

11. IF OFFER IS ACCEPTED BY THE GOVERNMENT WITHIN ____________ CALENDAR DAYS (60
CALENDAR DAYS UNLESS OFFEROR INSERTS A DIFFERENT PERIOD) FROM THE DATE SET FORTH
IN BLK 9 ABOVE. THE CONTRACTOR AGREES TO HOLD ITS OFFERED PRICES FIRM FOR THE
ITEMS SOLICITED HEREIN AND TO ACCEPT ANY RESULTING CONTRACT SUBJECT TO THE TERMS
AND CONDITIONS STATED HEREIN.

12. ADMINISTERED BY

                  DCMAO TWIN CITIES
                  3001 METRO DR
                  BLOOMINGTON MN 55425-1573

                  PAS #: NONE                        SCD:  C
                  CODE S2401A

13. CONTRACTOR OFFEROR

                  RECOVERY ENGINEERING INC
                  2229 EDGEWOOD AVE S
                  MINNEAPOLIS MN 55426-0000

                  TELEPHONE NO

___ CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER

                  SIZE CODE: J

                  CODE OBJ61        FACILITY CODE ____

14. PAYMENT WILL BE MADE BY

                  DFAS COLUMBUS CENTER
                  DFAS-CO/GATEWAY DIVISION
                  P O BOX 182251
                  COLUMBUS OH 43218-2251

                  SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK:    14

                  CODE SC1028

15. PROMPT PAY DISCOUNT:  NET 30 CALENDAR DAYS

16. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION
    ___ 10 U.S.C. 2304 (C) (_____)     ___ 41 U.S.C. 253 (C) (_____)

17. ITEM NO.


18. SCHEDULE OF SUPPLIES/SERVICES

                  SEE SCHEDULE

                  REMITTANCE ADDRESS:
                  REMITTANCE ADDRESS IS SAME AS THE CONTRACTOR'S ADDRESS CITED
                  IN BLOCK 13

                  ACCELERATED/CONSOLIDATED DELIVERIES ARE ACCEPTABLE.

19. QUANTITY


20. UNIT


21. UNIT PRICE


22. AMOUNT


23. ACCOUNTING AND APPROPRIATION DATA

                  SEE SECTION G

24. TOTAL AWARD AMOUNT  (FOR GOVT USE ONLY)

                  $2,311,860.00

25. _X_ CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 5 COPIES TO
ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR
OTHERWISE IDENTIFIED ABOVE AND ON ANY CONTINUATION SHEETS SUBJECT TO THE TERMS
AND CONDITIONS SPECIFIED HEREIN.

26. ___ AWARD OF CONTRACT : YOUR OFFER ON SOLICITATION NUMBER SHOWN IN BLOCK 4
INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO
ITEMS :

27. SIGNATURE OF OFFEROR/CONTRACTOR

                  /s/ BRIAN F. SULLIVAN / Recovery Engineering, Inc.

     NAME AND TITLE OF SIGNER (TYPE OR PRINT)

                  Brian Sullivan, President

     DATE SIGNED  09/21/95

28. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)

                  /s/ JEFFREY M. MORGAN

     NAME OF CONTRACTING OFFICER

                  Jeffrey M. Morgan

     DATE SIGNED  09/22/95


                                                                    PAGE 2 OF 18
                                                CONTRACT NUMBER F09603-95-C-0928


                              PART I - THE SCHEDULE
                                    SECTION B

                      SUPPLIES OR SERVICES AND PRICES/COSTS

- --------------------------------------------------------------------------------
   ITEM   SUPPLIES/SERVICES             QTY         UNIT   UNIT PRICE     AMOUNT
- --------------------------------------------------------------------------------

0001      4610-01-313-6086               xx         xx     xxxx            xxxx
          MANUAL REVERSE OSMOSIS
          DESALINATOR  (MROD)
          IAW SECTION C
          APPL:   COMMON
          PR NR:   FD2060-95-42210, N00019-95-MP-AH05P  IM CODE:  T3D
          PR L/I:   0001 (BOTH PR'S)

0001AA    SAME AS ITEM 0001              2300       EA  [Confidential Treatment]
          FOB:  ORIGIN
          QTY VAR:   OVER  0%  UNDER 0%
          ACRN:  AA
          PQA/INSP SITE:   ORIGIN            ACCEPTANCE SITE:   ORIGIN

GOVERNMENT'S REQUIRED DELIVERY SCHEDULE

QTY       UNIT         ON OR BEFORE      SHIP TO    REQUISITION NR      PRIORITY

160       EA           15 DEC 95         BELOW      NON-MILSTRIP        N/A
160       EA           15 JAN 96         BELOW      NON-MILSTRIP        N/A
160       EA           15 FEB 96         BELOW      NON-MILSTRIP        N/A
160       EA           15 MAR 96         BELOW      NON-MILSTRIP        N/A
160       EA           15 APR 96         BELOW      NON-MILSTRIP        N/A
160       EA           15 MAY 96         BELOW      NON-MILSTRIP        N/A
160       EA           15 JUN 96         BELOW      NON-MILSTRIP        N/A
160       EA           15 JUL 96         BELOW      NON-MILSTRIP        N/A
160       EA           15 AUG 96         BELOW      NON-MILSTRIP        N/A
160       EA           15 SEP 96         BELOW      NON-MILSTRIP        N/A
160       EA           15 OCT 96         BELOW      NON-MILSTRIP        N/A
160       EA           15 NOV 96         BELOW      NON-MILSTRIP        N/A
160       EA           15 DEC 96         BELOW      NON-MILSTRIP        N/A
160       EA           15 JAN 97         BELOW      NON-MILSTRIP        N/A
60        EA           15 FEB 97         BELOW      NON-MILSTRIP        N/A


0001AB    SAME AS ITEM 0001               572       EA  [Confidential Treatment]
          FOB:    ORIGIN
          QTY VAR:  OVER 0%  UNDER 0%
          ACRN:  AB
          PQA/INSP SITE:   ORIGIN            ACCEPTANCE SITE:   ORIGIN

GOVERNMENT'S REQUIRED DELIVERY SCHEDULE

QTY       UNIT         ON OR BEFORE      SHIP TO    REQUISITION NR      PRIORITY

160       EA           15 DEC  95        BELOW      NON-MILSTRIP        N/A
160       EA           15 JAN  96        BELOW      NON-MILSTRIP        N/A
160       EA           15 FEB  96        BELOW      NON-MILSTRIP        N/A
92        EA           15 MAR  96        BELOW      NON-MILSTRIP        N/A

0002      WARRANTY APPLICABLE TO         2300        EA     $ -0-         $ -0-
          CLIN 0001AA ITEMS
          PR:  N00019-95-MP-AH05P
          PR LI:  0003
          ACRN:    AA


                                                                    PAGE 3 OF 18
                                                CONTRACT NUMBER F09603-95-C-0928


0003      WARRANTY APPLICABLE TO         572       EA     $  -0-          $  -0-
          CLIN 0001AB ITEMS
          PR:  FD2060-95-42210
          PR LI:  0003
          ACRN:  AB


0004      DATA IAW DD FORM 1423           1         LO
          ATTACHED HERETO
          (A001) QUALITY
          CONFORMANCE INSPECTION
          AND TEST PROCEDURES
          FOB:  DEST
          QTY VAR:  0% OVER              0% UNDER
          PR NR:  N00019-95-MP-AH05P
          PR LI:  0002
          ACRN:  AA
          INSP SITE:  IAW DD FORM 1423    ACCEPTANCE SITE:  IAW DD FORM 1423
          $ -0-


0005      DATA IAW DD FORM 1423           1         LO
          ATTACHED HERETO
          (A002) TEST/INSPECTION
          REPORTS
          FOB:  DEST
          QTY VAR:  0% OVER              0% UNDER
          ACRN:  AA
          PR NR:  N00919-95-MP-AH05P
          PR LI:  0002
          INSP SITE:  IAW DD FORM 1423             ACCEPT SITE: IAW DD FORM 1423
          $ -0-

NOTE:  NO HARDWARE WILL BE ACCEPTED WITHOUT APPROVED MANUALS.


0006      COMMERCIAL DATA/
          TECHNICAL MANUALS IAW
          TM86-01 AND DD FORM
          1423'S ATTACHED.

0006AA    DATA (ELIN A003)                1         SE
          REVIEW COPY
          FOB:  DESTINATION
          QTY VAR:   0% OVER             0% UNDER
          ACRN:  AA
          PR NR: N00919-95-MP-AH05P
          PR LI: 0002
          INSP SITE: IAW DD FORM 1423        ACCEPT SITE: IAW DD FORM 1423
          $ -0-     PER SET

0006AB    DATA (ELIN A004)                2300      SE
          PACK-UP DATA
          FOB:  DESTINATION
          QTY VAR: 0% OVER     0% UNDER
          ACRN:  AA
          PR NR: N00919-95-MP-AH05P
          PR LI: 0002
          INSP SITE:  IAW DD FORM 1423        ACCEPT SITE: IAW DD FORM 1423
          $ -0-     PER SET

0006AC    DATA (ELIN A005)                572       SE
          PACK-UP DATA
          FOB:  DESTINATION
          QTY VAR:  0% OVER     0% UNDER
          ACRN:  AB
          PR NR: FD2060-95-42210
          PR LI: 0002
          INSP SITE:  IAW DD FORM 1423       ACCEPT SITE: IAW DD FORM 1423
          $ -0-     PER SET


                                                                    PAGE 4 OF 18
                                                CONTRACT NUMBER F09603-95-C-0928


0006AD    DATA (ELIN A006)                20        SE
          BACK-UP STOCK QTY
          FOB:  DESTINATION
          QTY VAR:  0% OVER               0% UNDER
          ACRN: AA
          PR NR: N00919-95-MP-AH05P
          PR LI: 0002
          INSP SITE:  IAW DD FORM 1423         ACCEPT SITE:  IAW DD FORM 1423
          $ -0-     PER SET

                                     OPTIONS

  FIRST OPTION PERIOD (THE 365 DAY PERIOD IMMEDIATELY FOLLOWING THE EFFECTIVE
  DATE OF THE BASIC CONTRACT).

THE GOVERNMENT MAY REQUIRE THE DELIVERY OF INCREASED QUANTITIES OF ITEMS, THE
EXACT QUANTITY OF WHICH CANNOT BE PREDICTED IN ADVANCE. THE GOVERNMENT MAY
INCREASE THE QUANTITY OF SUPPLIES TO BE DELIVERED UNDER THE CONTRACT BY
EXERCISING ANY ITEM FROM TIME TO TIME WITHIN 365 DAYS AFTER CONTRACT AWARD UNTIL
THE MAXIMUM QUANTITY FOR EACH ITEM HAS BEEN REACHED.

1001      SAME AS 0001                    1-2300    EA  [Confidential Treatment]
          FOB:  ORIGIN
          INSP SITE:  ORIGIN
          ACCEPT SITE:  ORIGIN

GOVERNMENT'S REQUIRED DELIVERY SCHEDULE

QTY       UNIT          ON OR BEFORE      SHIP TO    REQUISITION NR    PRIORITY

1-2300    EA            160 EA *          BELOW      NON-MILSTRIP      N/A

*EVERY 30 DAYS BEGINNING 90 DAYS AFTER EXERCISE OF OPTION.

1002      WARRANTY APPLICABLE             1-2300     EA     $ -0-
          TO CLIN 1001 ITEMS

1003      DATA IAW DD FORM 1423           1          LO
          ATTACHED HERETO (ELIN B001)
          QUALITY CONFORMANCE INSP
          AND TEST PROCEDURES
          FOB: DESTINATION
          QTY VAR:  0% OVER   0% UNDER
          INSP SITE:  IAW DD FORM 1423             ACCEPT SITE: IAW DD FORM 1423
          $ -0-

1004      DATA IAW DD FORM 1423           1          LO
          ATTACHED HERETO (ELIN B002)
          TEST/INSPECTION REPORTS
          FOB: DESTINATION
          QTY VAR:  0% OVER   0% UNDER
          INSP SITE:  IAW DD FORM 1423             ACCEPT SITE: IAW DD FORM 1423
          $ -0-

NOTE:   NO HARDWARE WILL BE ACCEPTED WITHOUT APPROVED MANUALS

1005      COMMERCIAL DATA/
          TECHNICAL MANUALS IAW
          TM 86-01 AND DD FORM 1423
          ATTACHED HERETO

1005AA    DATA (ELIN B003)                1         SE
          REVIEW COPY
          FOB: DESTINATION
          QTY VAR:  0% OVER    0% UNDER
          INSP SITE:  IAW DD FORM 1423             ACCEPT SITE: IAW DD FORM 1423
          $ -0- PER SET


                                                                    PAGE 5 OF 18
                                                CONTRACT NUMBER F09603-95-C-0928


1005AB     DATA (ELIN B004)               1-2300    SE
           PACK-UP DATA
           FOB: DESTINATION
           QTY VAR:  0% OVER    0% UNDER
           INSP SITE:  IAW DD FORM 1423            ACCEPT SITE: IAW DD FORM 1423
           $ -0- PER SET

1005AC     DATA (ELIN B005)               20        SE
           BACK-UP STOCK QTY
           FOB:  DESTINATION
           QTY VAR:  0% OVER     0% UNDER
           INSP SITE:  IAW DD FORM 1423            ACCEPT SITE: IAW DD FORM 1423
           $ -0- PER SET


  SECOND OPTION PERIOD (THE 730 DAY PERIOD IMMEDIATELY FOLLOWING THE EFFECTIVE
  DATE OF THE BASIC CONTRACT).

THE GOVERNMENT MAY REQUIRE THE DELIVERY OF INCREASED QUANTITIES OF ITEMS, THE
EXACT QUANTITY OF WHICH CANNOT BE PREDICTED IN ADVANCE. THE GOVERNMENT MAY
INCREASE THE QUANTITY OF SUPPLIES TO BE DELIVERED UNDER THE CONTRACT BY
EXERCISING ANY ITEM FROM TIME TO TIME WITHIN 730 DAYS AFTER CONTRACT AWARD UNTIL
THE MAXIMUM QUANTITY FOR EACH ITEM HAS BEEN REACHED.

2001       SAME AS 0001                   1-2300    EA  [Confidential Treatment]
           FOB: ORIGIN
           INSP SITE:  ORIGIN
           ACCEPT SITE:  ORIGIN

GOVERNMENT'S REQUIRED DELIVERY SCHEDULE

QTY        UNIT        ON OR BEFORE       SHIP TO   REQUISITION NR     PRIORITY

1-2300     EA          160 EA *           BELOW     NON-MILSTRIP       N/A

*EVERY 30 DAYS BEGINNING 90 DAYS AFTER EXERCISE OF OPTION.

2002       WARRANTY APPLICABLE TO         1-2300    EA     $  -0-
           CLIN 2001 ITEMS

2003       DATA IAW DD FORM 1423          1         LO
           ATTACHED HERETO (ELIN C001)
           QUALITY CONFORMANCE INSP
           AND TEST PROCEDURES
           FOB: DESTINATION
           QTY VAR:  0% OVER   0% UNDER
           INSP SITE:  IAW DD FORM 1423           ACCEPT SITE: IAW DD FORM 1423
           $ -0-

2004       DATA IAW DD FORM 1423          1         LO
           ATTACHED HERETO (ELIN C002)
           TEST/INSPECTION REPORTS
           FOB: DESTINATION
           QTY VAR:  0% OVER    0% UNDER
           INSP SITE:  IAW DD FORM 1423            ACCEPT SITE: IAW DD FORM 1423
           $ -0-

NOTE:  NO HARDWARE WILL BE ACCEPTED WITHOUT APPROVED MANUALS

2005       COMMERCIAL DATA/
           TECHNICAL MANUALS IAW
           TM 86-01 AND DD FORM 1423
           ATTACHED HERETO

2005AA     DATA (ELIN C003)               1         SE
           REVIEW COPY
           FOB: DESTINATION
           QTY VAR:  0% OVER    0% UNDER
           INSP SITE:  IAW DD FORM 1423            ACCEPT SITE: IAW DD FORM 1423
           $ -0- PER SET


                                                                    PAGE 6 OF 18
                                                CONTRACT NUMBER F09603-95-C-0928


2005AB     DATA (ELIN C004)               1-2300    SE
           PACK-UP DATA
           FOB: DESTINATION
           QTY VAR:  0% OVER    0% UNDER
           INSP SITE:  IAW DD FORM 1423            ACCEPT SITE: IAW DD FORM 1423
           $ -0- PER SET

2005AC     DATA (ELIN C005)               20       SE
           BACK-UP STOCK QTY
           FOB: DESTINATION
           QTY VAR:  0% OVER    0% UNDER
           INSP SITE:  IAW DD FORM 1423            ACCEPT SITE: IAW DD FORM 1423
           $ -0- PER SET

  THIRD OPTION PERIOD (THE 1095 DAY PERIOD IMMEDIATELY FOLLOWING THE EFFECTIVE
  DATE OF THE BASIC CONTRACT).

THE GOVERNMENT MAY REQUIRE THE DELIVERY OF INCREASED QUANTITIES OF ITEMS, THE
EXACT QUANTITY OF WHICH CANNOT BE PREDICTED IN ADVANCE. THE GOVERNMENT MAY
INCREASE THE QUANTITY OF SUPPLIES TO BE DELIVERED UNDER THE CONTRACT BY
EXERCISING ANY ITEM FROM TIME TO TIME WITHIN 1095 DAYS AFTER CONTRACT AWARD
UNTIL THE MAXIMUM QUANTITY FOR EACH ITEM HAS BEEN REACHED.

3001       SAME AS 0001                   1-2300    EA  [Confidential Treatment]
           FOB: ORIGIN
           INSP SITE:  ORIGIN
           ACCEPT SITE:  ORIGIN

GOVERNMENT'S REQUIRED DELIVERY SCHEDULE

QTY        UNIT       ON OR BEFORE      SHIP TO     REQUISITION NR    PRIORITY

1-2300     EA         160 EA *          BELOW       NON-MILSTRIP      N/A

*EVERY 30 DAYS BEGINNING 90 DAYS AFTER EXERCISE OF OPTION.

3002       WARRANTY APPLICABLE TO        1-2300     EA    $ -0-
           CLIN 3001 ITEMS

3003       DATA IAW DD FORM 1423          1         LO
           ATTACHED HERETO (ELIN D001)
           QUALITY CONFORMANCE INSP
           AND TEST PROCEDURES
           FOB: DESTINATION
           QTY VAR:  0% OVER  0% UNDER
           INSP SITE:  IAW DD FORM 1423           ACCEPT SITE: IAW DD FORM 1423
           $ -0-

3004       DATA IAW DD FORM 1423          1         LO
           ATTACHED HERETO (ELIN D002)
           TEST/INSPECTION REPORTS
           FOB: DESTINATION
           QTY VAR:  0% OVER    0% UNDER
           INSP SITE:  IAW DD FORM 1423            ACCEPT SITE: IAW DD FORM 1423
           $ -0-

NOTE:  NO HARDWARE WILL BE ACCEPTED WITHOUT APPROVED MANUALS

3005       COMMERCIAL DATA/
           TECHNICAL MANUALS IAW
           TM 86-01 AND DD FORM 1423
           ATTACHED HERETO

3005AA     DATA (ELIN D003)               1         SE
           REVIEW COPY
           FOB: DESTINATION
           QTY VAR:  0% OVER    0% UNDER
           INSP SITE:  IAW DD FORM 1423            ACCEPT SITE: IAW DD FORM 1423
           $ -0- PER SET


                                                                    PAGE 7 OF 18
                                                CONTRACT NUMBER F09603-95-C-0928


3005AB     DATA (ELIN D004)        1-2300    SE
           PACK-UP DATA
           FOB: DESTINATION
           QTY VAR:  0% OVER    0% UNDER
           INSP SITE:  IAW DD FORM 1423           ACCEPT SITE: IAW DD FORM 1423
           $ -0- PER SET

3005AC     DATA (ELIN D005)        20        SE
           BACK-UP STOCK QTY
           FOB: DESTINATION
           QTY VAR:  0% OVER    0% UNDER
           INSP SITE:  IAW DD FORM 1423           ACCEPT SITE:  IAW DD FORM 1423
           $ -0- PER SET

       NOTE: An option is considered to have been exercised at the time the
       Government deposits written notification to the Contractor in the mails.
       In event of overlapping deliveries due to exercise of option, the
       Contractor shall not be required to deliver more than 160 EACH in any
       30-day period.

       SPECIAL NOTICE APPLICABLE TO DFARS 252.242-7000 "POSTAWARD CONFERENCE"

       In reference to DFARS 252.242-7000, Postaward Conference, the Air Force
       does not anticipate convening a Postaward Conference. In the event a
       Postaward Conference is convened, an equitable adjustment to the contract
       price will be negotiated.
       (WR-ALC)

       SHIP TO/MARK FOR:  (APPL ITEM 0001AA)

             NAVAIR ISS FACILITY
             BLDG 612, BAY 12
             MCAS BEAUFORT
             BEAUFORT SC 29904-5010
                       Contract: (See Face Sheet of Award)

                  REQUISITION NR: (See Each Item in Schedule)

       SHIP TO/MARK FOR:  (APPL ITEM 0001AB)

       The Contractor shall request shipping instructions from WR-ALC/LKJMD,
       ATTN: SARAH HARRELL, Robins AFB, GA 31098-1640, 912-926-6688, 30 days
       prior to availability of material for shipment.

       NOTE:   SERIAL NUMBER AND PART NUMBER SHALL BE PLACED ON THE OUTSIDE 
       PACKAGE AND DD FORM 250.

B-1.                  CLAUSES AND PROVISIONS

       (a) Clauses and provisions from the Federal Acquisition Regulation (FAR)
       and supplements thereto are incorporated in this document by reference
       and in full text. Those incorporated by reference have the same force and
       effect as if they were given in full text.

       (b) Clauses and provisions in this document will be numbered in sequence,
       but will not necessarily appear in consecutive order.

       (c) By signature on this contractual document, Contractor certifies that
       their Section K, Representations and Certifications previously submitted
       or returned herewith are current and applicable. They are hereby
       incorporated by reference.


                              PART I - THE SCHEDULE
                                    SECTION C
                    DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

C-1.                    SPECIFICATIONS, STANDARDS AND DRAWINGS
                        (IAW FAR 10.008)
       Specifications, standards or drawings (as applicable) are
furnished/listed below:

       ITEM NR          SPECIFICATIONS, STANDARDS AND/OR ATTACHMENTS

       ALL ITEMS        PURCHASE DESCRIPTION 95 KJE06 DTD 25 JUN 95 AND
                        AFMC FORM 762 DTD 25 JUN 95.


                                                                    PAGE 8 OF 18
                                                CONTRACT NUMBER F09603-95-C-0928


                              PART I - THE SCHEDULE
                                    SECTION D
                              PACKAGING AND MARKING

         NOTE: SHELF LIFE IS 60 MONTHS.

  D-1.                     PRESERVATION, PACKAGING, PACKING REQUIREMENTS
                           (IAW FAR 10.004(e), 14.201-2(d), and 15.406-2(d))
         If AFMC Form 158 is attached hereto all items shall be preserved,
         packaged and packed in accordance with said AFMC Form 158.

D-430.                     ITEM IDENTIFICATION MARKING AND SHELF LIFE ITEM 
                           PROVISIONS
                           (IAW AFMCI 23-102, Part 2, Chapter 6, Paragraph 6.3)
         Requirements set forth below shall apply to any contract issued thereon
         and will take precedence over other inconsistent requirements herewith.
         All standards, bulletins, and publications referenced herein shall be
         of the issue in effect on the date of this document.

         1.  PHYSICAL MARKING OF ITEMS:

               MIL-STD-130: Items shall be marked in accordance with 
                    MIL-STD-130.

                        - The National Stock Number (NSN), and when assigned,
                        the Configuration Item Identifier (CII), serial number,
                        and military type designation information shall be
                        marked on major assemblies, units, groups, and sets.

                        - Special attention must be given to requirements
                        governing the application of the actual manufacturer's
                        Federal Supply Code for Manufacturers (FSCM) to the
                        physical item.

                        - Items which are excluded in accordance with paragraph
                        1.1 of MIL-STD-130, revision G, shall be marked in
                        accordance with the appropriate document.

         2. PACKAGE AND CONTAINER MARKING: Shipments will not be made until the
         NSN has been assigned, unless specifically authorized by the
         Contracting Officer.

               MIL-STD-129/ASTM-D-3951:
               a. Interior packages and shipping containers shall be marked in
               accordance with MIL-STD-129 when Military packing is specified
               and ASTM-D-3951 when commercial packaging is specified. The
               requirements of paragraph 2.h apply regardless of which packaging
               is utilized.

                    (1) Design manufacturer's name, trademark or manufacturer's
                    code (from Cataloging Handbook H4-1 or H4-2), identifying
                    number, and serial number, when applicable, shall be
                    included in the identification marking.

                    (2) When applicable, the Air Force project designator code
                    shall be included as the last line of the address marking
                    and the project name related to the project code shall be
                    marked in the clear on the exterior shipping container.

               b. Tags and labels, when required, shall be contractor's tags or
               labels conforming to the requirements of MIL-STD-129 or as
               approved by the procuring activity. Contractor's forms which
               indicate serviceable condition shall not be any shade of green or
               red. Labels are authorized to be used on metal containers. Items
               requiring technical order (T.O.) certification shall be annotated
               on inner and outer container tags or label with T.O. compliance.

               c. When dummy containers are used in a unitized load, the dummy
               containers shall be clearly marked "DUMMY CONTAINER" and located
               in the load so that the marking will be plainly visible to
               receiving and storage personnel.

               d. All interior packages and shipping containers for articles and
               materials classified as hazardous or restricted under provisions
               of Title 49, Code of Federal Regulations, or AFR 71-4/DLAM
               4145.3/TM 38-250/NAVSUP PUB 505/MCO P 4030.19 shall be marked,
               regardless of exemption for mode of transportation, with proper
               shipping name of item; flash point of all liquids having a flash
               point of 200 degrees F. or below; and percentage concentration of
               acids and corrosive liquids. In addition, the quantity of each
               hazardous or restricted material included in a container shall be
               annotated adjacent to the shipping name of the item, e.g., Acetic
               Acid (80% concentration) -- 1 qt.

               e. On shipments of firearms regardless of mode of transportation,
               selected elements of identification and contractor data markings
               shall be omitted or obliterated in accordance with the
               requirements of MIL-STD-129 regarding sensitive items and packing
               lists shall be placed only inside the containers.


                                                                    PAGE 9 OF 18
                                                CONTRACT NUMBER F09603-95-C-0928


               f. Special markings for packages and containers when specified on
               AFMC Form 158 shall be complied with as a part of MIL-STD-129.

               g. All special coated terneplate containers shall be marked with
               the legend "CAUTION--DO NOT REUSE AS FOOD CONTAINERS."

               h. Bar code markings in accordance with MIL-STD-129 and
               MIL-STD-1189 shall apply to all units, intermediate and exterior
               containers for all items going into stock regardless of package
               size or levels of package specified (including commercial
               packaging). In addition to the NSN/NATO stock number, the
               exterior shipping container shall include the 13 digit contract
               number (plus, if applicable, the four digit call number).
               Excluded from Bar Code Marking are:

                   (1)  Foreign Military Sales.

                   (2) Direct Vendor Delivery (DVD)/Government Furnished
                   Equipment (GFE) shipments.

                   (3) Multipack Exterior Shipping Containers. (Unit and
                   intermediate containers do require a bar coded NSN/NATO stock
                   number. However, the next container (unit or intermediate)
                   inside the multipack will also require a bar coded NSN/NATO
                   stock number and contract number with call number, if
                   applicable, in the lower right hand corner).

                   (4) All unpacked or uncrated items; e.g., vehicles, tires,
                   etc.

              i. Shipments of wheeled items weighing 2,000 pounds or more and
              scheduled for transportation by military aircraft will be marked
              with the individual axle weights in accordance with MIL-STD-129.

         3. WARRANTED ITEMS:  When the contract contains warranty requirements,
         warranty information shall be applied on containers and items as
         follows:

               a. Container markings shall be as specified in MIL-STD-129. The
               period or conditions of the warranty shall be specifically
               stated, i.e., landings, flight hours, operating hours, days from
               shipping date, etc. b. Items shall be marked in accordance with
               requirements of MIL-STD-130. Markings shall be located in a
               manner so as to be conspicuous to the person removing the item
               from service. When no deleterious effect or functional
               degradation is caused, the markings shall be black letters on
               yellow FED-STD- 595 color 13655) background. The marking shall
               include the same period or condition required on the containers.


                              PART I - THE SCHEDULE
                                    SECTION E
                            INSPECTION AND ACCEPTANCE

E-460.   5352.246-9000  MATERIAL INSPECTION AND RECEIVING REPORT       JAN 1993
                        (IAW AFMCFARS 5346.370(90))
         (a) As specified by DFARS, Appendix F, Table 2, a copy of DD Forms 250
         shall be forwarded to the following address:

              (1)  Forward the purchasing office copy to:

                  WR-ALC/LKKB, 460 SECOND ST SUITE 221, ROBINS AFB GA 31098-1640

              (2) For shipments involving Military Assistance Program (MAP),
              Grant Aid (GA) and Foreign Military Sales (FMS) requirements, an
              additional copy shall be sent under separate cover to:

                   DAO-DE ROBINS/FSB, 236 Milledgeville St, STE F26, Robins AFB
                   GA 31098-1616

              (3) Additional distribution of DD Forms 250 is to be made to the
              following address (es).

                   COMMANDER, NAVAL AIR SYSTEMS COMMAND
                   ARLINGTON VA 22243-5120
                   ATTN:  JUNE BELL

                   WR-ALC/LKJMD
                   460 SECOND ST, STE 221
                   ROBINS AFB GA 31098-1640


                                                                   PAGE 10 OF 18
                                                CONTRACT NUMBER F09603-95-C-0928


         (b) These special instructions shall be included in any subcontract
         hereunder where the items purchased from the subcontractor are to be
         shipped directly to the U.S. Government or to a foreign destination.

         (c) If delivery of MAP, GA, or FMS items to foreign destinations is
         required, the copies of DD Forms 250 required by DFARS, Appendix F,
         Table 2, shall be forwarded to the "ship to" address designated in the
         contract.

E-505C.                   INSPECTION AND ACCEPTANCE                    AUG  1992
                          (IAW FAR 46.401(b) and 46.503)

         Procurement Quality Assurance (PQA)/Inspection will be at RECOVERY
         ENGINEERING INC., 2229 EDGEWOOD AVE S., MINNEAPOLIS MN 55426 and when
         applicable, final inspection and acceptance will be at RECOVERY
         ENGINEERING INC., 2229 EDGEWOOD AVE S., MINNEAPOLIS MN 55426. (WR-ALC)


                              PART I - THE SCHEDULE
                                    SECTION F
                            DELIVERIES OR PERFORMANCE

 F-26.   52.212-13        STOP-WORK ORDER                              AUG  1989
                          (IAW FAR 12.505(b)(1))

 F-30.   52.247-29        F.O.B. ORIGIN                                JUN  1988
                          (IAW FAR 47.303-1(c))

 F-35C.                   F.O.B. ORIGIN
                          (IAW FAR 47.305(b))
         Any supply item applicable to this document shall be delivered:
         F.O.B. carrier's equipment at the plant or plants at 2229 EDGEWOOD AVE
         S., MINNEAPOLIS MN 55426.

              FOR SHIP TO AND DELIVERY  (IF APPLICABLE):  SEE SECTION B

<TABLE>
<CAPTION>

<S>     <C>             <C>                                                <C> 
 F-70.   52.247-58       LOADING, BLOCKING, AND BRACING OF FREIGHT CAR       APR  1984
                         SHIPMENTS
                         (IAW FAR 47.305-15(a)(2))

 F-71.   52.247-59       F.O.B. ORIGIN-CARLOAD AND TRUCKLOAD SHIPMENTS       APR  1984
                         (IAW FAR 47.305-16(a))

 F-74.   52.247-61       F.0.B. ORIGIN-MINIMUM SIZE OF SHIPMENTS             APR  1984
                         (IAW FAR 47.305-16(c))

 F-500.  5352.204-9504   NOTIFICATION REGARDING ADMINISTRATIVE PROBLEMS      JUL  1992
                         (IAW WR-ALC FAR SUP 5304.103-95)
</TABLE>

         If at any time during the performance of this contract administrative
         problems should arise which will have an adverse impact on timely
         performance by the Contractor or affect the contract price, the
         Contractor is required to immediately notify WR-ALC/LKKB, ROBINS AFB GA
         31098-1640 and the cognizant administrative contracting officer (ACO).


                             PART I - THE SCHEDULE
                                   SECTION G
                          CONTRACT ADMINISTRATION DATA

   G-1.                    ACCOUNTING AND APPROPRIATION DATA

          AA:1751810  43SY  N0001995AFOPNO1  000  AA  A02  0  N68342  2D
          000000  SY160  000   0000

          AB:5753080.175  47E8  842990  000000  00000  000000   503300   F0330L


                                                                   PAGE 11 OF 18
                                                CONTRACT NUMBER F09603-95-C-0928


  G-51.                     TRANSPORTATION APPROPRIATION CHARGEABLE

          The Transportation Allotment Identification (TAI) relates directly to
          the above ACRN(s). For example the TAI "TAA" is for the same line
          item(s) as ACRN "AA".

          FMS TRANSPORTATION ALLOTMENT SHALL BE USED ONLY WHEN SHIPMENT ON
          GOVERNMENT BILL OF LADING IS AUTHORIZED

          Insert 3 if movement via surface mode or 2 if movement via airlift in
          place of any "#" shown.

          Insert last digit of current fiscal year in place of any asterisk "*"
          shown when material is shipped.

          TAI        ALLOTMENT

          TAA:       1751810 43SY N0001995AFOPNO1 000 AA A02 0 N68342 2D 000000 
                     SY160 000 0000

          TAB:       F8D4*#O

 G-400.   5352.212-9000    CONTRACTOR REPORTING REQUIREMENTS            JUL 1992
                           (IAW AFMCFARS 5312.304(90))
          Any report required by 15 CFR 700, Subpart D, Section 700.13(d) of the
          Defense Priorities and Allocation System regulation relating to an
          actual or anticipated delayed shipment, reason for delay, and/or new
          projected shipment date is to be sent concurrently by the Contractor
          to both the Procuring Contracting Officer (PCO) and the Administrative
          Contracting Officer (ACO) within the specified ten (10) calendar days.


                              PART I - THE SCHEDULE
                                    SECTION H
                          SPECIAL CONTRACT REQUIREMENTS

H-305.    5352.210-9000    ELIMINATION OF USE OF CLASS I OZONE
                           DEPLETING SUBSTANCES (ODS) IN AIR FORCE
                           PROCUREMENTS                                 OCT 1994
                           (IAW AFFARS 5310.9006(a))
          (a) It is the Air Force policy to preserve mission readiness while
          minimizing dependency on Class I Ozone Depleting Substances (ODS), and
          their release into the environment, to help protect the Earth's
          stratospheric ozone layer.

          (b)  Unless a specific waiver has been approved, Air Force
               procurements:

               (1) May not include any specification, standard, drawing or other
               document that requires the use of a Class I ODS in the design,
               manufacture, test, operation, or maintenance of any system,
               subsystem, item, component or process; and

               (2) May not include any specification, standard, drawing or other
               document that establishes a requirement that can only be met by
               use of a Class I ODS.

          (c)  For the purposes of Air Force policy, the following are Class I
               ODS:

               (1)  Halons:  1011, 1202, 1211, 1301 and 2402

               (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111,
               CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213,
               CFC-214, CFC-215, CFC- 216, and CFC-217, and the blends R-500,
               R-501, R-502, and R-503.

               (3) Other Controlled Substances: Carbon Tetrachloride, Methyl
               Chloroform, and Methyl Bromide.

          (d) The Air Force has reviewed the requirements specified in this
          contract to reflect this policy. Where considered essential, specific
          approval has been obtained to require use of the following substances:

          Substance                 Application/Use               Quantity (lbs)

          NONE

          (e) To assist the Air Force in implementing this policy, the
          offeror/contractor is encouraged, but not required, to notify the
          contracting officer if any Class I ODS not specifically listed above,
          is required in the performance of this contract.


                                                                   PAGE 12 OF 18
                                                CONTRACT NUMBER F09603-95-C-0928

                           PART II - CONTRACT CLAUSES
                                    SECTION I
                                CONTRACT CLAUSES

  FAR   52.252-2           CLAUSES  INCORPORATED BY REFERENCE           JUN 1988
                           (IAW FAR 52.107(b))
        This contract incorporates one or more clauses by reference, with the
        same force and effect as if they were given in full text. Upon request,
        the Contracting Officer will make their full text available.

  NO    FAR    PARA      CLAUSE TITLE                                  DATE
I-18.   52.203-1         OFFICIALS NOT TO BENEFIT                      APR  1984
                         (IAW FAR 3.102-2)
1-19.   52.203-3         GRATUITIES                                    APR  1984
                         (IAW FAR 3.202)
1-20.   52.203-5         COVENANT AGAINST CONTINGENT FEES              APR  1984
                         (IAW FAR 3.404(c))

1-21.   52.203-6         RESTRICTIONS ON SUBCONTRACTOR SALES TO THE    JUL  1995
                         GOVERNMENT
                         (IAW FAR 3.503-2)

I-22.   52.203-7         ANTI-KICKBACK PROCEDURES                      JUL  1995
                         (IAW FAR 3.502-3)

1-24.   52.203-9         REQUIREMENT FOR CERTIFICATE OF PROCUREMENT    NOV  1990
                         INTEGRITY--MODIFICATION
                         (IAW FAR 3.104-10(b))
        (a) Definitions.  The definitions set forth in FAR 3.104-4 are hereby
        incorporated in this clause.

        (b) The Contractor agrees that it will execute the certification set
        forth in paragraph (c) of this clause when requested by the Contracting
        Officer in connection with the execution of any modification of this
        contract.

        (c) Certification. As required in paragraph (b) of this clause, the
        officer or employee responsible for the modification proposal shall
        execute the following certification:

                           CERTIFICATE OF PROCUREMENT
                       INTEGRITY--MODIFICATION (NOV 1990)

                    (1) I, _______________________________ [Name of certifier]
                    am the officer or employee responsible for the preparation
                    of this modification proposal and hereby certify that, to
                    the best of my knowledge and belief, with the exception of
                    any information described in this certification, I have no
                    information concerning a violation or possible violation of
                    subsection 27(a), (b), (d), or (f) of the Office of Federal
                    Procurement Policy Act, as amended* (41 U.S.C. 423),
                    (hereinafter referred to as "the Act"), as implemented in
                    the FAR, occurring during the conduct of this procurement
                    (contract and modification number).

                    (2) As required by subsection 27(e)(1)(B) of the Act, I
                    further certify that to the best of my knowledge and belief,
                    each officer, employee, agent, representative, and
                    consultant of ______________________________ [Name of
                    Offeror] who has participated personally and substantially
                    in the preparation or submission of this proposal has
                    certified that he or she is familiar with, and will comply
                    with, the requirements of subsection 27(a) of the Act, as
                    implemented in the FAR, and will report immediately to me
                    any information concerning a violation or possible violation
                    of subsections 27(a), (b), (d) or (f) of the Act, as
                    implemented in the FAR, pertaining to this procurement.

                    (3) Violations or possible violations: (Continue on plain
                    bond paper if necessary and label Certificate of Procurement
                    Integrity--Modification (Continuation Sheet), ENTER "NONE"
                    IF NONE EXISTS)
                    ____________________________________________________________
                    ____________________________________________________________
                    ____________________________________________________________
                    [Signature of the officer or employee responsible for the
                    modification proposal and date
                    ____________________________________________________________
                    [Typed name of the officer or employee responsible for the
                    modification proposal]
                    ____________________________________________________________
                    *Subsections 27(a), (b), and (d) are effective on December
                    1, 1990. Subsection 27(f) is effective on June 1, 1991.


                                                                   PAGE 13 OF 18
                                                CONTRACT NUMBER F09603-95-C-0928

                    THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION
                    OF AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE,
                    FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER
                    SUBJECT TO PROSECUTION UNDER TITLE 18, UNITED STATES CODE,
                    SECTION 1001.
                                  (End of certification)

          (d) In making the certification in paragraph (2) of the certificate,
          the officer or employee of the competing Contractor responsible for
          the offer or bid, may rely upon a one-time certification from each
          individual required to submit a certification to the competing
          Contractor, supplemented by periodic training. These certifications
          shall be obtained at the earliest possible date after an individual
          required to certify begins employment or association with the
          contractor. If a contractor decides to rely on a certification
          executed prior to the suspension of section 27 (i.e., prior to
          December 1, 1989), the Contractor shall ensure that an individual who
          has so certified is notified that section 27 has been reinstated.
          These certifications shall be maintained by the Contractor for a
          period of 6 years from the date a certifying employee's employment
          with the company ends or, for an agency, representative, or
          consultant, 6 years from the date such individual ceases to act on
          behalf of the contractor.

          (e) The certification required by paragraph (c) of this clause is a
          material representation of fact upon which reliance will be placed in
          executing this modification.

<TABLE>
<CAPTION>
<S>      <C>             <C>                                                   <C> 
  I-25.   52.203-10       PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER       SEP  1990
                          ACTIVITY
                          (IAW FAR 3.104-10(c))
 I-25C.   52.203-12       LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN           JAN  1990
                          FEDERAL TRANSACTIONS
                          (IAW FAR 3.808(b))

  I-78.   52.209-6        PROTECTING THE GOVERNMENT'S INTEREST WHEN             JUL  1995
                          SUBCONTRACTING WITH CONTRACTORS DEBARRED,
                          SUSPENDED, OR PROPOSED FOR DEBARMENT
                          (IAW FAR 9.409(b))

I-102.    52.212-8        DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS          SEP  1990
                          (IAW FAR 12.304(b))

I-127.    52.215-1        EXAMINATION OF RECORDS BY COMPTROLLER GENERAL         JUL  1995
                          (IAW FAR 15.106-1(b))

I-144.    52.215-33       ORDER OF PRECEDENCE                                   JAN  1986
                          (IAW FAR 15.406-3(b))

I-193.    52.217-7        OPTION FOR INCREASED QUANTITY-SEPARATELY              MAR  1989
                          PRICED LINE ITEM
                          (IAW FAR 17.208(e))
          For the purposes of this clause the blank(s) are completed as follows:
              within OPTION I 365 DAYS AFTER EFFECTIVE DATE OF BASIC CONTRACT
              within OPTION II 365 DAYS AFTER END OF THE FIRST OPTION PERIOD
              within OPTION III 365 DAYS AFTER END OF THE SECOND OPTION CONTRACT

I-214.    52.219-8        UTILIZATION OF SMALL BUSINESS CONCERNS AND            FEB  1990
                          SMALL DISADVANTAGED BUSINESS CONCERNS
                          (IAW FAR 19.708(a))
I-220.    52.219-13       UTILIZATION OF WOMEN-OWNED SMALL BUSINESSES           AUG 1986
                          (IAW FAR 19.902)

I-228.    52.220-3        UTILIZATION OF LABOR SURPLUS AREA CONCERNS            JUL 1995
                          (IAW FAR 20.302(a))

I-229.    52.220-4        LABOR SURPLUS AREA SUBCONTRACTING PROGRAM             APR 1984
                          (IAW FAR 20.302(b))
I-245.    52.222-1        NOTICE TO THE GOVERNMENT OF LABOR DISPUTES            APR 1984
                          (IAW FAR 22.101-1(e), and 22.103-5(a))
I-263.    52.222-20       WALSH-HEALEY PUBLIC CONTRACTS ACT                     APR 1984
                          (IAW FAR 22.610(b))
I-264.    52.222-26       EQUAL OPPORTUNITY                                     APR 1984
                          (IAW FAR 22.810(e))
I-267.    52.222-28       EQUAL OPPORTUNITY PREAWARD CLEARANCE                  APR 1984
                          OF SUBCONTRACTS
                          (IAW FAR 22.810(g))
I-274.    52.222-35       AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND           APR 1984
                          VIETNAM ERA VETERANS
                          (IAW FAR 22.1308(a)(1), and DFARS 222.1308(a)(1))
</TABLE>


                                                                   PAGE 14 OF 18
                                                CONTRACT NUMBER F09603-95-C-0928
<TABLE>
<CAPTION>
<S>        <C>               <C>                                              <C> 
I-276.     52.222-36          AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS        APR  1984
                              (IAW FAR 22.1408(a))
I-278.     52.222-37          EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS   JAN  1988
                              AND VETERANS OF THE VIETNAM ERA
                              (IAW FAR 22.1308(b))
I-292.     52.223-2           CLEAN AIR AND WATER                               APR  1984
                              (IAW FAR 23.105(b))
I-295.     52.223-6           DRUG-FREE WORKPLACE                               JUL  1990
                              (IAW FAR 23.505(b))

I-311.     52.225-10          DUTY-FREE ENTRY                                   APR  1984
</TABLE>
                              (IAW FAR 25.605(a))
           For the purposes of this clause the blank(s) are completed as
              follows: (f)(3) The notation "UNITED STATES GOVERNMENT,
              DEPARTMENT OF DEFENSE. Duty-free entry to be claimed pursuant
              to Schedule 8, Part 3, Item No. 832.00 Tariff Schedules of the
              United States (19 U.S.C. 1202). Upon arrival of shipment at
              port of entry, District Director of Customs, please release
              shipment under 19 CFR 142 and notify the appropriate contract
              administration office for execution of Customs Forms 7501 and
              7501-A and any required duty-free entry certificates."

<TABLE>
<CAPTION>
<S>        <C>               <C>                                               <C> 
I-352.     52.229-3           FEDERAL, STATE, AND LOCAL TAXES                   JAN  1991
                              (IAW FAR 29.401-3)

I-403.     52.232-17          INTEREST                                          JAN  1991
                              (IAW FAR 32.617(a), and 32.617(b))
I-409.     52.232-23          ASSIGNMENT OF CLAIMS                              JAN  1986
                              (IAW FAR 32.806(a)(1))
I-410.     52.232-23          ALTERNATE I                                       APR  1984
                              (IAW FAR 32.806(a)(2))

I-416.     52.232-28          ELECTRONIC FUNDS TRANSFER PAYMENT METHODS         APR  1989
                              (IAW FAR 32.908(d))
I-417.     52.233-1           DISPUTES                                          MAR  1994
                              (IAW FAR 33.215)

I-538.     52.242-10          F.O.B. ORIGIN--GOVERNMENT BILLS OF LADING OR      APR  1984
                              PREPAID POSTAGE
                              (IAW FAR 42.1404-2(a))

I-541.     52.242-13          BANKRUPTCY                                        APR  1991
                              (IAW FAR 42.903)

I-614.     52.246-18          WARRANTY OF SUPPLIES OF A COMPLEX NATURE          APR  1984
</TABLE>

                              (IAW FAR 46.710(b)(1))
           For the purposes of this clause the blank(s) are completed as
           follows:
           (b)(1)       365 days after delivery
           (c)(3)       395 days after delivery of the nonconforming supplies
                             30 days after notification
                             30 days
           (c)(4)            395 days
                             395 days

I-615.     52.246-18         ALTERNATE I                               APR  1984
                             (IAW FAR 46.710(b)(2))

I-636.     52.247-1          COMMERCIAL BILL OF LADING NOTATIONS       APR  1984
                             (IAW FAR 47.104-4)

I-732.     52.252-4          ALTERATIONS IN CONTRACT                   APR  1984
                             (IAW FAR 52.107(d))
           Portions of this contract are altered as follows:
           PARAGRAPH (b) (1), IN CLAUSE I-615 IS HEREBY REPLACED WITH THE
           FOLLOWING:

           NOTWITHSTANDING INSPECTION AND ACCEPTANCE BY THE GOVERNMENT OF
           SUPPLIES FURNISHED UNDER THIS CONTRACT, OR ANY CONDITIONS OF THIS
           CONTRACT CONCERNING THE CONCLUSIVENESS THEREOF, THE CONTRACTOR
           WARRANTS THAT FOR 365 DAYS AFTER DELIVERY, ALL SUPPLIES FURNISHED
           UNDER THIS CONTRACT WILL BE FREE FROM DEFECTS IN DESIGN MATERIAL AND
           WORKMANSHIP AND, THAT, AT TIME OF DELIVERY ALL SUPPLIES.

           NOTE THAT SUBPARAGRAPHS (b) (1) (i), (ii), (iii), (iv) AND (v) UNDER
           CLAUSE I-615 REMAIN AS STATED IN CLAUSE I-615.


                                                                   PAGE 15 OF 18
                                                CONTRACT NUMBER F09603-95-C-0928


  I-733.   52.252-6          AUTHORIZED DEVIATIONS IN CLAUSES          APR  1984
                             (IAW FAR 52.107(f))
           (a) The use in this solicitation or contract of any Federal
           Acquisition Regulation (48 CFR Chapter 1) clause with an authorized
           deviation is indicated by the addition of "(DEVIATION)" after the
           date of the clause.

           (b) The use in this solicitation or contract of any Defense Federal
           Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an
           authorized deviation is indicated by the addition of "(DEVIATION)"
           after the name of the regulation.

<TABLE>
<CAPTION>

<S>       <C>               <C>                                                       <C> 
  IA-20.   252.203-7000      STATUTORY PROHIBITION ON COMPENSATION TO FORMER           DEC   1991
                             DEPARTMENT OF DEFENSE EMPLOYEES
                             (IAW DFARS 203.170-4)
  IA-22.   252.203-7001      SPECIAL PROHIBITION ON EMPLOYMENT                         APR   1993
                             (IAW DFARS 203.570-5)

  IA-40.   252.205-7000      PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT         DEC   1991
                             HOLDERS
                             (IAW DFARS 205.470-2)
 IA-105.   252.211-7000      TERMINATION--COMMERCIAL ITEMS                             MAY   1991
                             (IAW DFARS 211.7005(a)(20))
 IA-106.   252.211-7001      INVOICE AND PROMPT PAYMENT--COMMERCIAL ITEMS              MAY   1991
                             (IAW DFARS at 211.7005(a)(21))
 IA-107.   252.211-7002      CHANGES--COMMERCIAL ITEMS                                 MAY   1991
                             (IAW DFARS 211.7005(a)(22))
 IA-108.   252.211-7003      PATENT AND COPYRIGHT INDEMNIFICATION--COMMERCIAL ITEMS    MAY   1991
                             (IAW DFARS 211.7005(a)(23))
 IA-109.   252.211-7004      INSPECTION AND ACCEPTANCE--COMMERCIAL ITEMS               MAY   1991
                             (IAW DFARS 211.7005(a)(24))
 IA-111.   252.211-7006      TITLE AND RISK OF LOSS--COMMERCIAL ITEMS                  MAY   1991
                             (IAW DFARS 211.7005(a)(26))
 IA-112.   252.211-7010      PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA--      MAY   1991
                             CONTRACT MODIFICATIONS--COMMERCIAL ITEMS
                             (IAW DFARS 211.7005(a)(27))
 IA-113.   252.211-7011      AUDIT OF CONTRACT MODIFICATIONS--COMMERCIAL ITEMS         MAY   1991
                             (IAW DFARS 211.7005(a)(28))
 IA-114.   252.211-7015      TECHNICAL DATA AND COMPUTER SOFTWARE--COMMERCIAL          MAY   1991
                             ITEMS
                             (IAW DFARS 211.7005(a)(29))

 IA-115.   252.211-7016      TECHNICAL DATA AND COMPUTER SOFTWARE--WITHHOLDING         MAY   1991
                             OF PAYMENT--COMMERCIAL ITEMS
                             (IAW DFARS 211.7004-1(h)(4))
</TABLE>

           For the purposes of this clause the blank(s) are completed as
           follows:

           (c)   10%

 IA-116.   252.211-7017      CERTIFICATION OF TECHNICAL DATA AND COMPUTER
                             SOFTWARE CONFORMITY--COMMERCIAL ITEMS     MAY  1991
                             (IAW DFARS 211.7004-1(h)(4))
           (b) All technical data and computer software delivered under this
           contract shall be accompanied by the following written certification:

                 The contractor, _____________________________, hereby certifies
                 that, to the best of its knowledge and belief, the technical
                 data or computer software delivered herewith under contract
                 number _______________________ are complete, accurate, and
                 comply with all requirements of the contract.

                 Date:                   ____________________
                 Name and Title of
                 Certifying Official:    ____________________

 IA-117.   252.211-7021      CLAUSES TO BE INCLUDED IN CONTRACTS WITH   
                             SUBCONTRACTORS AND SUPPLIERS--COMMERCIAL
                             ITEMS                                      MAY 1991
                             (IAW DFARS 211.7005(a)(30))

 IA-230.   252.219-7006      NOTICE OF EVALUATION PREFERENCE FOR SMALL  
                             DISADVANTAGED BUSINESS CONCERNS            MAY 1995
                             (IAW DFARS 219.7003)

           For the purposes of this clause, the offeror will complete the
           following, if applicable:
                ______  Offeror elects to waive the preference


                                                                   PAGE 16 OF 18
                                                CONTRACT NUMBER F09603-95-C-0928

<TABLE>
<CAPTION>

<S>        <C>               <C>                                                    <C> 
 IA-287.    252.225-7001      BUY AMERICAN ACT AND BALANCE OF PAYMENTS               JAN  1994
                              PROGRAM
                              (IAW DFARS 225.109(d))

            (The balance of Payments Program is not applicable when the
            estimated cost of the product or service is at or below $100,000)
 IA-288.    252.225-7002      QUALIFYING  COUNTRY SOURCES AS SUBCONTRACTORS          DEC  1991
                              (IAW DFARS 225.109-70(a))

 IA-293.    252.225-7012      PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES            MAY  1994
                              (IAW DFARS 225.7002-4(a))
 IA-295.    252.225-7014      PREFERENCE FOR DOMESTIC SPECIALTY METALS               DEC  1991
                              (IAW DFARS 225.7002-4(c))

IA-312D.    252.225-7027      LIMITATION ON SALES COMMISSIONS AND FEES               DEC  1991
                              (IAW DFARS 225.7308(a))
            For the purposes of this clause the blank(s) are completed as
                 follows: AUSTRALIA, TAIWAN, EGYPT, GREECE, ISRAEL, JAPAN,
                 JORDAN, REPUBLIC OF KOREA, KUWAIT, PAKISTAN, PHILIPPINES, SAUDI
                 ARABIA, TURKEY, THAILAND, OR VENEZUELA (AIR FORCE).
IA-312E.   252.225-7028       EXCLUSIONARY POLICIES AND PRACTICES OF FOREIGN         DEC  1991
                              GOVERNMENTS
                              (IAW DFARS 225.7308(b))

 IA-399.   252.231-7000       SUPPLEMENTAL COST PRINCIPLES                           DEC  1991
                              (IAW DFARS 231.100-70)
 IA-422.   252.232-7006       REDUCTION OR SUSPENSION OF CONTRACT PAYMENTS UPON      AUG  1992
                              FINDING OF FRAUD
                              (IAW DFARS 232.111-70)
 IA-425.   252.233-7000       CERTIFICATION OF CLAIMS AND REQUESTS FOR ADJUSTMENT    MAY  1994
                              OR RELIEF
                              (IAW DFARS 233.7001)

 IA-648.   252.243-7001       PRICING OF CONTRACT MODIFICATIONS                      DEC  1991
                              (IAW DFARS 243.205-71)
 IA-679.   252.246-7000       MATERIAL INSPECTION AND RECEIVING REPORT               DEC  1991
                              (IAW DFARS 246.370(a))

 IA-745.   252.247-7023       TRANSPORTATION OF SUPPLIES BY SEA                      DEC  1991
                              (IAW DFARS 247.573(b)
</TABLE>

           (a)   Definitions.
                 As used in this clause--
                 (1) "Components" means articles, materials, and supplies
                 incorporated directly into end products at any level of
                 manufacture, fabrication, or assembly by the Contractor or any
                 subcontractor.

                 (2) "Department of Defense" (DoD) means the Army, Navy,
                 Air Force, Marine Corps, and defense agencies.

                 (3) "Foreign flag vessel" means any vessel that is not a
                 U.S.-flag vessel.

                 (4) "Ocean transportation" means any transportation aboard a 
                 ship, vessel, boat, barge, or ferry through international
                 Waters.

                 (5) "Subcontractor" means a supplier, materialman, distributor,
                 or vendor at any level below the prime contractor whose
                 contractual obligation to perform results from, or is
                 conditioned upon, award of the prime contract and who is
                 performing any part of the work or other requirement of the
                 prime contract.

                 (6) "Supplies" means all property, except land and interests
                 in land, that is clearly identifiable for eventual use by or
                 owned by the DoD at the time of transportation by sea.

                      (i) An item is clearly identifiable for eventual use by
                      the DoD if, for example, the contract documentation
                      contains a reference to a DOD contract number or a
                      military destination.

                      (ii) "Supplies" includes (but is not limited to) public
                      works; buildings and facilities; ships; floating equipment
                      and vessels of every character, type, and description,
                      with parts, subassemblies, accessories, and equipment;
                      machine tools; material; equipment; stores of all kinds;
                      end items; construction materials; and components of the
                      foregoing.

                 (7) "U.S.-flag vessel" means a vessel of the United States or
                 belonging to the United States, including any vessel registered
                 or having national status under the laws of the United States.


                                                                   PAGE 17 OF 18
                                                CONTRACT NUMBER F09603-95-C-0928


(b) The Contractor shall employ U.S.-flag vessels in the transportation by sea
of any supplies to be furnished in the performance of this contract. The
Contractor and its subcontractors may request that the Contracting Officer
authorize shipment in foreign-flag vessels, or designate available U.S.-flag
vessels, if the Contractor or a subcontractor believes that-

       (1) U.S.-flag vessels are not available for timely shipment;

       (2) The freight charges are inordinately excessive or unreasonable; or

       (3) Freight charges are higher than charges to private persons for
       transportation of like goods.

(c) The Contractor must submit any request for use of other than U.S.-flag
vessels in writing to the Contracting Officer at least 45 days prior to the
sailing date necessary to meet its delivery schedules. The Contracting Officer
will process requests submitted after such date(s) as expeditiously as possible,
but the Contracting Officer's failure to grant approvals to meet the shipper's
sailing date will not of Itself constitute a compensable delay under this or any
other clause of this contract. Requests shall contain at a minimum--

       (1) Type, weight, and cube of cargo; 

       (2) Required shipping date; 

       (3) Special handling and discharge requirements; 

       (4) Loading and discharge points; 

       (5) Name of shipper and consignee;  

       (6) Prime contract number; and

       (7) A documented description of efforts made to secure U.S.-flag vessels,
       including points of contact (with names and telephone numbers) with at
       least two U.S.-flag carriers contacted. Copies of telephone notes,
       telegraphic and facsimile message or letters will be sufficient for this
       purpose.

(d) The Contractor shall, within 30 days after each shipment covered by this
clause, provide the Contracting Officer and the Division of National Cargo,
Office of Market Development, Maritime Administration, U.S. Department of
Transportation, Washington, DC 20590, one copy of the rated on board vessel
operating carrier's ocean bill of lading, which shall contain the following
information--
       (1)  Prime contract number;

       (2)  Name of vessel;

       (3)  Vessel flag of registry;

       (4)  Date of loading;

       (5)  Port of loading;

       (6)  Port of final discharge;

       (7)  Description of commodity;

       (8) Gross weight in pounds and cubic feet if available;

       (9) Total ocean freight in U.S. Dollars; and

       (10) Name of the steamship company.

(e) The Contractor agrees to provide with its final invoice under this contract
a representation that to the best of its knowledge and belief--

       (1) No ocean transportation was used in the performance of this contract;

       (2) Ocean transportation was used and only U.S.-flag vessels were used
       for all ocean shipments under the contract;

       (3) Ocean transportation was used, and the Contractor had the written
       consent of the Contracting Officer for all non-U.S.-flag ocean
       transportation; or

       (4) Ocean transportation was used and some or all of the shipments were
       made on non-U.S.-flag vessels without the written consent of the
       Contracting Officer. The Contractor shall describe these shipments in
       the following format:

                ITEM              CONTRACT
                DESCRIPTION       LINE ITEMS        QUANTITY
       TOTAL

(f) If the final invoice does not include the required representation, the
Government will reject and return it to the Contractor as an improper invoice
for the purposes of the Prompt Payment clause of this contract. In the event
there has been unauthorized use of non-U.S.-flag vessels in the performance of
this contract, the Contracting Officer is entitled to equitably adjust the
contract, based on the unauthorized use.

(g) The Contractor shall include this clause, including this paragraph (g) in
all subcontracts under this contract, which exceed the small purchase limitation
of section 13.000 of the Federal Acquisition Regulation.


                                                                   PAGE 18 OF 18
                                                CONTRACT NUMBER F09603-95-C-0928

IA-746. 252.247-7024  NOTIFICATION OF TRANSPORTATION OF SUPPLIES        DEC 1991
                      BY SEA (IAW DFARS 247.573(c))
          (a) The Contractor has indicated by the response to the solicitation
          provision, Representation of Extent of Transportation by Sea, that it
          did not anticipate transporting by sea any supplies. If, however,
          after the award of this contract, the Contractor learns that supplies,
          as defined in the Transportation of Supplies by Sea clause of this
          contract, will be transported by sea, the Contractor--

                (1) Shall notify the Contracting Officer of that fact; and

                (2) Hereby agrees to comply with all the terms and conditions of
                the Transportation of Supplies by Sea clause of this contract.

          (b) The Contractor shall include this clause, including this paragraph
          (b), revised as necessary to reflect the relationship of the
          contracting parties, in all subcontracts hereunder.


          PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS
                                    SECTION J
                               LIST OF ATTACHMENTS
            (All listed attachments are at the end of this document)

                                                                           NR
          FORM NR             TITLE                         DATE        OF PAGES

                              PURCHASE DESCRIPTION          25 JUN  95     6
                              PD95KJE06

          AFMC  FORM  762     Engineering Data List         25 JUN 95      1

          AFMC  Form  158     Preservation, Packaging and   09 DEC 94      2
                              Packing Requirements

          DD  Form   1423     Exhibit "A", Contract Data    25 JUN 95      6
                              Requirements List

          DD  Form   1423     Exhibit "B", Contract Data    25 JUN 95      5
                              Requirements List

          DD  Form   1423     Exhibit "C", Contract Data    25 JUN 95      5
                              Requirements List

          DD  Form   1423     Exhibit "D", Contract Data    25 JUN 95      5
                              Requirements List

                              AIR FORCE TECHNICAL MANUAL    16 MAY 95      7
                              CONTRACT REQUIREMENTS
                              TM 86-01



© 2022 IncJournal is not affiliated with or endorsed by the U.S. Securities and Exchange Commission