AWARD/CONTRACT 2014-14082800003

Document Type: 
Collection: 
Document Number (FOIA) /ESDN (CREST): 
06547178
Release Decision: 
RIPPUB
Original Classification: 
U
Document Page Count: 
65
Document Creation Date: 
March 8, 2023
Document Release Date: 
August 27, 2019
Sequence Number: 
Case Number: 
F-2015-02731
Publication Date: 
September 4, 2014
File: 
Body: 
Approved for Release: 2019/08/12 C06547178 tirS4EA AWARD1CONTRACT �X5 UNIVERSITY OF MARYLAND 3121 lee building COLLEGE PARK, MD 20742 4 " 7": 4�01t:445, See CLIN Details r A. 7:71.4.1S 9 / a t:444'tt F�4 'zfYE I 4 t4 trAt� : 4 SttFtt7,/ 744,�-!1WiNtOt'S; �j t.� , :14qt:14:(� � ..... � � � .� � rtIOtt."2iS '4 9N$414,E: rfit.. .K:V7:,,,4 14''.. .� � � 4 44t4 � : j � 4 4.. � -4 4 � - �:PI444(tKA:JN4i ANC 'C't .,...4, .,� , - , .4 .4 4 � 4 .� - _- � ',Ft" , it 'T�,, :�4,:�4 4: � _ tIF :., :74.:4fraVtII:P.41.6�74�t�4: �::� 0: � :�r, 1' 4.T ,...,..... ,, ,:ri,... � ' �N , ff,,,,%rOgr , ,POR A:',?;24P"' d Y 'EL".�,....,,Ork.rr. :..'"' (w, r'' ,,,aTQF 1:k..4',37.A.L.:El..);$4:YF.Firi:Ci.04:70124T,V.A.S"AF:4 A6IT t tt.. 9fr ...arly, .� , , .0.ktrK of �,...- _. ryiT.136 3rr.,-,P3. ' NI, , ti , .., ,,,,,':0-a. Lt - tomilf.r, 33r3VR,3-:,-.arwe : Tr'ryd:vdg!* � x �:dvrior3,?4,' �ty :.0-4 , � - 1,6���:M �o4�43 , ... . ,.. , v. . . .5 m - . . I . d SEALED-ErD AWARD: rCdirtid.rtz:V: :,.3, ,ir�dP, , � ... � .� .� � � � � ... ... , - , � . ,r, (h v .. .a.., rtira� , ._: Ordf:r -ci.t ih . .;tr, 4: , 44 , . wtsrd , � kt rds rki. )..ris - , 3 :. t. .1'033.43:;. .:y,,.",60,:.,�,4,;,.,.:,..5,tta!,ati*,!,,:*!Td,,,,,,,,,..... -9,r;fe,�".�,4yOu:ws'N'Idrr.o�d'Otrarlir or-4.3tidr,pr, sp� , , ��:rit to to �34r�r4r0,��ir$*;0:.ibdia..-4ed.:rm :a41:.y.,:44vntir.54...ti _ � .� � t) ..�;' � d .. , 'r v.: ; .... . , .... .. :. , :MOtrcino Sryde Contract.Manager .. ,....,,,: ,,, , ., , , tr.t.,,,,7,1:firv�mq:51,,,N. � ,, ',,,,\ STANDARD FORM 26(REV . 5120111 tr,4 .74, Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 AWARD/CONTRACT 1. THIS CONTRACT ISA RATED ORDER UNDER DPAS (15 CFR 700) RATING PAGE 1 OF 28 2. CONTRACT (Roc: Inst. Idea) No. 201444082800003E 5. ISSUED BY CODE: S. EFFECTIVE DATE 09/0412014 .4. REQUISITION/PURCHASE tiEbuESTIFROjECT.Nb.' C.ADMINISTEREPSY'Ilf Other .heatleat CODE 7, NAME AND ADDRESS OF CONTRACTOR (No.. street, county', State and VP Code) UNIVERSITY OF MARYLAND 3121 lee building COLLEGE PARK, MD 20742 FACILITY CODE: 1.1,SHipTONARKIFOR 8. DELIVERY FOB ORIGiN OTHER (See below). 12. PAYMENT WILL BE MADE BY Vendor Payments 9. DISCOUNT FOR PROMPT PAYMENT' 10. SUBMIT INVOICES (4 copies unless otherwise speared) TO THE ADDRESS SHOWN IN CODE,: ITEM 18. AUTHORITY FOR ps,ING, inTi.TRTPAN pixt.AND Opp; mivInTrifipi; EJ10 U.S.O. 2304(5 () 41 U.S.C.. 253(0( ) 15A. ITEM NO. 158..SUPPLIES/SERvICES 14. ACCOUNTING' AND APPROPRIATION DATA 150. QUANTITY iSD-ONIT lEE."UNIT PRICE 15F: AMOUNT See CLIN Details 150. TOTAL AMOUNT OF CONTRACT .16.,TABLEOF.CONTENTS. $698,041.00 (,) SEC.1 apsci3IprtoN r.pA0gtS). (X) !SEC.. I DESCRIPTION: I ,pA0E(5} PART I ,:THE SCHEDULE: PART II.7.,CONTRACT CLAUSES A' :sOLICITATIONCONTRACT FORM 1. I 1 'CONTRACTOLAUSES. 1 .B� SUPPLIES OR SERVICES AND PRICES/COSTS .,. � PART III .;LIST Or DOCUMENTS; ExHiBiTS AND OTH ER ATTACH. :C: .DESCRIPTIONiSPECSMORKSTATEMENT I� *I I LIST OF ATTACHMENTS � � � 1 i? � : PACKAGING AN D.MARKING. PART IV REPRESENTATIONS AND INSTRUCTIONS E: INSPECTION AND ACCEPTANCE '.. X REPRESENTATIONS CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS: r DELIVERIES OR PERFORMANCE' � iP� CONTRACT ADMINISTRATION L �NSTRS,'CONDS.,.AND NOTICES�To�OFFERORS El� � SPECIAt'CONTRACTREDUIREMENTS � M . EVALUATION FACTORS FOR AWARD �:,CONTRACTING�OPEICER WILL COMPLETE ITEM 17 (SEALECm31D. OR NEGOTIATED' PROCLINEmEN1).OR.18TSEALED43.0�PROCUREMENT) AS APPLICABLE 11. CONTRACTORS this document end deliver all and on any obtigatiohs :,:af. fplipwinttclocurnonts:, provisions, . ,incorporated NEGOTIATEDAGREEMENTIConfratiPrialeqUiredip-sigh Bpi( refyir:, ,:dopiet:lo.itsuing officeTContractor.agreet to :furnish identified above herein. The rights and and governed by the if ,eFiy, and (a) such as are,: attached , or .18E1 SEALED document.) Your or changes made hereby"accepted,aS This 'award desurseptS::, award/contract-No bia���checked only -SID AWARD Tcbtlittitt� it �:17ti ,,iegiifred. bid Ori'SplieitatiOP.Number iinCluding to tign, this the additions in� full above, , IS sheets. of :.the 'following and :(4 this {Sleek 14 Shouid items or parkirrn all the services set forth or otherwise continuation sheets fa-the:consideration' stated the parties to this Margot; shall be sul.lest to lay thit,�aWandlecintrapt,,:(b) the SetiOitetibri, representations, .certiticationsi and specifications, by reference herein, Vittaohreeets arelistedtiptein.) by you which additions or chances. are set forth to ,the terms listed L above and VI any 0041:Walked , corispiamatas' the contract which donsiste (a) ,the Governments '.solieitetion and, your 'bid, further contractual document is when awarding e sealed-bid cOntract) TEA.�.NAME AND Tat E OF SIGNER (Type Or piar) 20A NAME OF CONTRACTING OFFICER, lea. NAME OF CONTRACTOR BY � 19c, DATEStQNF.D 205. UNITED STATES:0EAMERICA: BY 211C DATE SIGNED (Signatart�ofp6itori:aptiztlitditp sign) ISigInaltire of CriiitkiotiOg:Ocer). .NEN 754041,15243e69 Prevbifs:bditibri, Ig'utiatgei STANDARD FORM 26 (REV. 5/2011) Pleseribea by 04A FAROS CFR) 52.214(4 UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 kiNt4.,fitrmt$ Table of Contents Section .DOkription :Page Numberi A. ,Solicitation/Contract Form 152204-721 Use Of Faesintile.Signittnres:(1UN'2002) 4 B: Supplies or :Set-vices:and Prices/Costs � � 152:216-757 Type:. of Contract: and.Consideratitnu(Cost) (OCT 2003)1. .� -5: 152216,774 Scope ofContraet (Statement. of Work) (OCT:2003) .. � ................. ...... . , ...... 5 C: Descriptions/SpecificationsiStatement�of Work 152211401 Statement of Work (OCT2003) � � � ::5: Inspection and Acceptance � 52,246,9 Inspection of Research and Development (Short f ortri):�:(Apt 1984). � 5 Deliveries or Performance................................... � 6: 152,211-704 1.,:aWDeliVerY:(AUG.1996). ......... ...... , ...... ....... ............ 152.211-705 Period OfPettbrinance (AUG 1996)�.�...:-.. . . . . . ................. .. . ........ .. ... .. ... ................. 152.211,307 Place Of Performance (AUG 1996), 152242-708 Contract Status:�Keport:(11.1L 2009)' .� ..6. 52.242,15�AillStop-WOrk:Order(Aug199) Alternatel (Apt . : . ........... ... . ................ . ... ...... . 6: Contract Administration Data 152.232-701 Billing Cyele(SER'2010).. ..... . ......... . .......... ...... .... � ..... �...... . ....... � ..... 152.232-719 SUBMISSION Of INVOICES (JAN 2004) : ::: 152.232-721 Billing Instructiona(APK2006) 7 152.232425 Electronic Submission of Payment Rcquests USing,IPP (APR. 2014)- .. � . ... .�, .... .. .. , .. ..� 7 152.232-727 Invoice TrocessingPlatfortnInitial Registration and Account Maintenance (MAY' 2014) � ���� ���� � :: � ��� :: � � � � � � � � :: � ��� � � � � � � .8' 152242,701. AtithOritY'and:DesignatiOtt Of a Contracting Officer's Technical Ropre$eutitive..1(cOTR) (OCT 2008):::: � :: � � �: 9 152,2424181Novation/Change-cf+Natte:Notification Requitement (MAR 2011). � � � � � � :: � � 10 152,2457:16:QUatterly:Fitiarteiat Reporting of Contractor Acquired rropetty (MAY 2014) . 152204-732:Centract'Settletnent Dobunientation(AUG:2014).-:. .. .. .. .. .. .. 11 Special Contract Requirements 152203-701- Brand, Waste:, and Abuse, : and Other Matters of Urgent' Concern- Unclassified Association (APR2009) : � :::: � ::: :12 152204,7031Non,Publieity (DEC: 2011)... .... .... ...... ...... .... . . ... .. .. 12: 152.204-723 Prohibition Against Recruiting on Agency Controlled Facilities (OCT 2008) ..........12 152.204-725 Foreign Nationals Performing Unclassified Work (NOV 2005) .. . 13: 152.204727 Restrictions Regarding Former Sponsor Employees (APR 2009) � :: � � � � � � � � 15 152.215-719 Incorporation Of Section KRepreSentationSi.Certificationsi and Other Statements of Offerors or Respondents (OCT : � 14 152.215-721 Order of Precedence: (OCT : 2003)' 14 152.215-724 Key Personnel (AUG 1990. � 14 Contract Clauses � 152203,700: Compliance With: the. Constitution and Statutes of the United States (AUG 14 152.204433 Timely Notite:of Litigation (DEC 2011) 15: 152209-701 Organizational conflicts OfInterest: 'General (JUL 2003) 15: 152.209,708 Agency Suspensiotrand Debarment . , .. . , . .. . . 15 152.215-700Alt Audit. and Records Negotiation Alternate Ii (OCT 2013): 16 152,229-700 Tax Audits VAN' 2004) :� �: � � � �17 152.233,700 Independent:Review:of Agency Protests (JAN 2004) ... ........ � . . ....... . ... :: � 17 52216,7 Alt 11 Allowable Cost and 'Payment (Jun 2013)- Alternate:1r (Atta2012): 17 52,227,1 Alt II Authorization and Consent (Dec 2007) Alternate 11 (Apt '1984) 21' 52.227-11 Patent Ownership by the Contractor (May 2014):21 52,233-1 Attl Disputes (May 2014)., Alternate (Dec 1991)L: 124 52.233,3 AR.' Protest after Award (Aug 1996)� Alternate 'l thin 19 52.243-2 Alt.V�ChangeS -COst,Keirnbutserrient(Ang1987) - Alternate :Y (Apr 1984) � � '26 52202,1 Definitions (Nov 2013) � -27 52,203,3 Gratuities (Apt 1984) :27 52.203,5 Covenant Against Contingent fees (May 2014)27 52,203-7 Anti-Kickback Precedure�s(May 2014) 522034 Cancellation, ReseisSibn,::and.RetoVer).,, Of Funds for Illegal or Improper Activity (May 2014)... � :: ... . ........ .... . � .. . . .. .. � . .. ....... .. ... ... .... . .. . � . �:� . ... ... . . .. , .. , .. , .. �27 52,203-11/Priee:or�fee Adjustment for Illegal or Improper Activity (May :27 52,203-1.2.Litnitntien:Qh Payments E To Influence Certain Federal ItansactiOns(00.11..2010) '27 52,2044 Printed or Copied Double-Sided On POstennstimer Tibet Content Paper (May 2011) '27 UNPLASAIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 kJ NtiLA*UIPICIJ 52.209-PrOteeting.The.GOVertinient'ilntereSt: When Subcontracting With Contractors Debarred, Suspended, orPrOpOsed.forDebarmert.c(Aug'2013):::::::::: .27 52.21547 Waiver of Facilities Capital Cost of IvIortey (Oct 1997)27 - 52215-18:ROVersion or Adjustment Of Plati,S. for POStretirettent Benefits (PRB) Other:thari.PenSiottS (July : 2005) ::27 52.21.6.-1:1..Cost:Contract:- No Fee (Apr1984) 27 52.217-2 Cancellation Uttar Mitt*etit Contracts (Oct 1997) � 27: 52.2224.:NOtiee:to tlie'ClovernMeat'Of tabor Disputes (Feb1997)':: :::: .27 52.222-3 Convict Labor (June 2003) :27: 52.222-21.PrOhibitiort.Of.SegtegatedFAilitieS(Feli:1999) .. . .� . 52.222726 Equal OppOrtnnity(Mar ........... .. . .... . ... .... ... ............. .... ,:27' 52.222-35 Equal Opportunity for Veterans.(Sep'20.10):: 27 5222246 Affirmative Action for Workers wit11.1)iabilities:1(30 2019) 27 52,222,37EroplOymeot.Reporta. eri.VOterahs($ep'2010):::27 52.222,44 Fair 'Labor Standards Act and Service Contract Labor Standards, Price Adjustment (May- 52.222-50'contatiog Trafficking in Persons (Feb 20119) : : :28 52.223,6 Drug Free Workplace (May 2001) 28' 52.223-18.1Entouraging.COritrattor POlieiesTo.Ban.Text Messaging:::WhileDriVing..(Aug 2011)1.... . ... ..28 52,225-13 Restrictions on Certain Foreign Purchases (June 2008): �� 52.227,2 Notice and Assistance Regarding Patent andeopyrightInfringement(Dec.:2007).......:...... .... 28' 52,227-14 Alt IV Rights:in:Data� General (May 20I4)::',:Alternate IV (Dec:2007)....... .. ... . .. ... . . 52,229-3:�Federal,:$tateAndLobal Taxes (Feb .. � . .. ............. .. :; ... ....... . 28: 52.232-20 Limitation Cost "(Apt 1984):.. 28: .52.232Q4.PrehibitiOn.DIAssignment'of Claims (May 2014) 52.232-25 Prompt Payment (41.2013) 52.232-39;Uneriforceability of Unauthorized Obligations (Jun :2013) 18E .52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004).... 52,242-1..Netiee:of 1hteri1 to Disallow costs (Apr 1984) . . 52242-3: Penalties for Unallowable 'Costs (May: 2014) 78. 52.242-13 Bankruptcy (July :1995) :: 28 52.244-6.:SUbeeritraets"for:CommerciaI.Iteihs (May 2(114): 28. 52.245-9 Use and Charges (Apr 2012) 28: 52.246-23 Limitation Liability (Feb 1997) 28' 52249,5 Termination For Convenience :Of The:GoVernmenr(EduCationalAnd'Other Nonprofit Institutions) (Sept 1996).:.�, .... ...... . ... . ... . , . . ... : .. .... .. , . .... ... � . . . . . .. .. 28: 52.249-14 Excusable Delays (Apr 1984) 28.1 List: of Attachments: ..1-1:ListbfAttaehments:. . ....... .. .... .. , ..... . ......... ..... ..... ............... . ... ... . .. .... . .. .... . . .. ,,.� ... UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UN%..LOIrIOLJ Narita: UNIVERSITY OF MARYLAND, Page.,41'of:28' Contract Number:201414082800001 Section A - Solicitation/Contract Form 152204-721 Use of Facsimile Signatures (JUN 2002) This Contract docturient may be executed in counterparts, each of which shall be deemed an original. all of which together shalt constitute one and the same instrument. Facsimile signatures will be regarded as authentic by all parties, Section B - Supplies or Services and Prices/Costs C LIN DETAILS 0001 SERVICE Delivery Schedule: Total: 1.000000 Period of Performance: 09/04/2014 - 09,03/2016E Total: $258,908.0000 Total: $258,908.00 Description: CLIN 0001/COST/Baserfasks 1.1- 1.3 Pricing Options: Period: Base Quantity: Funding: Accounting Line 1: $258,908.00 0002 SERVICE Total: 1.000000 Total: $439,133.0000 Total: $439,133.00 Delivery Schedule: Period. of Performance: 09104/2014 09103/2915, Description: CLIN,0002/COSTIBase/Task.2.1 Pricing Options: Period: Base Quantity: Funding; Accounting Line: $439,133,00 0003 SERVICE Delivery Schedule: Total: 1.000000 Total; $471,840.0000 Total: $471,840,00 Period of Performance: 09/04/2015 - 09/03/2016 Description: CLAN 0003/COST/Option/Task 2.2 Pricing Options: , Funding: Period: Unexercised Option Quantity: UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 Untlef."00WMLI Contractor Name: UNIVERSITY OF MARYLAND Contract Number:2014-14082800003 Page 5 of 28 Period, ease Totals: $698,041.00 $898,041.00 Period Exercised Options Totals: $0.00 �$0.00 Period Current (Base + Exercised Options) Totals: $698,041.00 $0.00 Period Unexercisecl Options Totals: $0.00 $471,840.00 Period Base and Options Totals: $698,041,00 $1,169,881.00 Quantity Base Totals: $0.00 $0.00 Quantity Exercised Options Totals: $0.00 1$0:00 Quantity Current (Base + Exercised Options) Totals: $0.00 $0.00 Quantity Unexercised Options Totals: $0.00 $0.00 Quantity Base and Options Totals: $0.00 $0.00 152.216-757 Type of Contract and (Qiast).(QCT.2003) This is a Cost contract as identified under Federal Acquisition Regulation (FAR) 16,302, bearing no fee and in the estimated cost of $698,041. 152.216-774 Scope of Contract (Statement of Work) (OCT 2003) The Contractor shalt,ihaecortlanee:with the terms and.eoridition:�et forth hereafter; fornili.the.neeeSsary qualified personnel, Services; towel, facilities, and materials :(eitceptthose'specifically designated to be'provided.bythe Government) and do all things neceSSary.,andirieldent to completion :of the contractual effort in: accordance with the Section C, Statementof Work (SOW), Section C - Descriptions/SpecificatlonsiStatement of Work 152211-701 Statement of Work (OCT 2003): The Sponsor's Statement of Work entitled "Solid Electrolytes for Lithium-ion Batteries, Rev 5" dated 11 June 2014 which is incorporated by reference or attached hereto, is made a part of this contract. Section E - Inspection and Acceptance UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 IJN.GLA5bIFIELJ. Contractor Name: UNIVERSITY OF MARYLAND Page 6 of 28 Contract Number:2014-14082800003 51246-9 Inspection of Research and Development (Short Form) : (Apr 1984) The .Government has the right to inspect and evaluate the work performed or being: performed under the'contract;,andthe premises where the work i$:�i)eing:perforinc4,:tit all reasonable times and irta:Inannerlhat �will:riottmduly delay the woric If the qovetnnterit'perforrnsingpeetiorr or evaluation 01 the premises of the Contractor or a':snbeontrOdtOr; the Contractor Shall furnialvandshalfrequire:subcOntractors to .finnish all reasonable faeilitiet,�:,and'Msistante�fOr 'the.,Safe.andeenVenieriti performance of these (End of clause) Section F - Deliveries or Performance PERIOD OF PERFORMANCE ITEM START END 0001 09/04/2014 09/03/2016 0002 09/0412014 09/03/2015 0003 09/04/2015 09/0312016 151211-704: Late Delivery (AUG 1990: When the contractor encounters difficulty in mooting performance requirements, or anticipates difficulty in complying With the contract delivery schedule or date, it shall limmediately notify the Contracting Office in writing giving pertinent details; " provided, however, that this data shall be informational only in character and that this provision shall not be construed as a: waiver by the Government of any delivery schedule Or any rights Or remedies provided by law or under this contract. 152.211-705 Period of Performance (AUG 1996) The period of performance of this contract shall be from 04 September 2014 to 03 September 2016. 152.211-707 Place of Performance (AUG 1996) The principal place of performance under this contract shall be the Contractor's facility located at College Park, MD. 152242-708. .Contraet,Status. Report(Jt./L20Q9) (a) Monthly Contract status reports shall be submitted in, two coPies to the Contracting Officer not later tham.1.5.calendardays after the,. Close Of the :invoice/billing cycle covered .by the report. Such 'report shall belt" theformatasproVidedin theattaehedmonthly Contract Status Report exemplar. () The Monthly Contract Status Report for this contract will consist of the following template sections:' Contract Summary Program .ACtiials Finaticial/Hourly'Summary- UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 tlistULAUbfrItIJ Contractor Name: UNIVERSITY OF MARYLAND Page 7 of 28 Contract Number:2014-14082800003 5224245 Alt I Stop-Work Order Aug 19891-, Alternate 1 (Apr 1984) (a) The Contracting Officer may, at time, by writtertorderto the Contractor, require-the:Contractor to.: stop all, or any part, of the work.calledforby this contract fbr a pericid of 90 days ,after the order is :delivered :to the:Contractor,:and:for any further period:towhichthe parties may agree. The order shall be specifically identified as a stop-work order issued undetthis:'clause.:Ijport:.receipt:Ofthe order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs-allotable�to, the work ,covered by the order during the Woek. stoppage: Within a'periOd of .90 days after a:,stOp-;:WOrk is delivered to the ContraCtor,.orWithin.Any, extension Of that period to the parties Shall have agreed, the Contracting Officer Shall either-- (I) Cancel the stop-work:order;.or 1(7) Teriniriate:the'vetk covered bythe order ag..prnVideitift the TeriniriatiOn.elause.Of this contract... stop-work order issued 'tinder this clause is canceled or the period , of the order Or any extension thereof expires, the Contractor shall resume Work, The Contracting Officer shall rnakean:004able adjustment in the delivery schedule, estimated .cost, the fee, or a combination thereof,:andittanyother terms of the contract that may be affected, and the contract shall, be modified, in writing,.neCiardingly,. (1) The stop-work orderresultsitt an increase in the timetegiiire&for,:�tit in the Contractor's cost properly allocable to, the performance of any part of this contract; and, (2) The Contractor asserts its..righttothe adjustment within 30 days after the end of the period of work stoppage; provided; that if the Contraeting Officer decides the facts justify the action, the:Contracting..Officertnayteceiveand act upowthe'ellaim submitted at any time before:final.payment under this contract. (6) If 'a stop-work :order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shaltallow'reasonable costs resulting from the Step-work:order:in arriving at the: termination Settlement, (d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order. (End of clause) Section G - Contract Administration Data 152.232-701 Billing Cycle (SEP 2010) Pursuant to the "Electronic Submission of Payment Requests using IPP" clause, the Government will issue payment only after services have been rendered. Consequently, Contractors shall submit invoices in arrears and no more frequently than monthly. 152.232-719 SUBMISSION OF INVOICES (JAN 2004) Notwithstanding the provisions the clause Of this contract at FAR 52.21 6-7, AlloWable:Oest and Payment, Ctnittatgrit shall not submit invoices or requests for contract interim payment more often than once a month 152,232-721 Billing Instructions (APR 2006) Contractor shall submit invoices on a monthly basis in arrears. Contractors shall combine delivery tickets on a consolidated invoice with each ticket listed as a separate line item by number, date, and amount. UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED Contractor Name: UNIVERSITY of MARYLAND Contract NuMbet:2014-14082800003 Page 8 of 28 152.232-725 Electronic Submission of Payment Requests Using IPP (APR 2014) .Definitions. As used in :clause- (1).. "Contract ,financing payment' andl"invoicepaymenthavothemeaning&given in:FAR:section 32.001. (2) "Electronic form" Means. using. the Invoice Processing Platform(IPP): to transmit frent.the Contractor to the internal contrnetimanagemont.Systena... The Agency does not censider,faesithile-mail,:and:seanned documents to electronic forms. (3) "Payment request' means any request for contract financing payment or invoice payment submitted by the Contractor under a contract. (b) Exceptasprovidedin paragraphs (0) and (g) of this clause, the Contractor shall submit payment requests using the- InvoicoProcessing:Platforra(IPP). ,The'paytnent:�periodi:designated by Prompt 'Payment Act :will 'begin on the date proper and complete is,receivediin the payment via IPP. The status of submitted invoices is available in IPP. For other invoice ,or payment questions relating directly to this contract,. call'ihepayinent office On (0) :The 'Contract Line item Numbers (CLINS) and associated CLIN descriptions as provided in:IPP�must'be utilized to create invoices. iAn invoice LineitemNuMber must reference the Contract Item Number (CLIN) against which the Contractor is billing. An invoice may have multiple Invoice against one but�theinvoiceLine� Item Descriptionsmusteloselyrelate to the CLINdescriptionsin the contract. For Material Line Item CLINS, the vendor must' match the "Unit Priee'tothepenny on the referenced CLIN or the invoice will be rejected. Do not attach any dOeurneritS to invoice submitted in IPPa&thetttachmentS Will be discarded. , ..Any additional documentation thug Oe�,taiplittOcttcy theCOIR iiva,Method'itu,ttully,agrded to bythe'cOntractor and the COTR, (d) The Invoice shall not include any sensitive and/or classified information, noridentifytheSponsor or any ofits. facilities. Any invoice including sensitive and/or classified information wilt:not:be considered a proper invoice in accordancewithlho:Prompt Payment Act and will be rejected. Further, thosuhmission:of Such an invoice considered:a:security incident. AnyqueStions:coneerningthis matter should be directedlotheContracting Officer. (e) :If the Contractor is unable tostibmitz paymentrequeStEin electronic form�, ortheAgency is unable toreceivea paymentrequestirtetectronic:forrn, the Contractor :Shall submit thepaymentrequestusing a methodmutuallyagreedtaby the Contractor, the Contracting Officer, and thepayment:office. (1) In Addition to the requirements Of this clause,"the.ContraCter shaltrieet.the requirements of the appropriate payment clauses inthis.contract when...subrhltting:payment requests. (g) The eptoocto shall .sOmit:thQ�final invoice or voucher for,coSt reimbursement contracts in accordance with "Contract Settlement Documentation" clause of this contract. 152.232-727 Invoice Processing Platform Initial Registration and Account Maintenance (MAY 2014) (a) The Invoice Processing Platform (1PP) is a secure, web-based electronic invoicing system (accessible via the Internet) provided by the Department of the Treasury's Financial Management Service (FMS), in partnership with the Federal Reserve Bank of Boston. The Contractor shall provide the Contracting Officer with the following information required for IPP registration: (1) Company Name (primary corporate location); (2) Company Tax. Identification Number (TIN); and (3) Company designated IPP account administrator, to include: name, position, phone number, e-mail address. Contractors currently registered with IPP through another Government agency do not need to register again in IPP, but must still register separately through the Agency's Contracting Officer for payments from this Agency. (b) Within 1-2 weeks after the contract is signed, the information provided in paragraph (a) will be forwarded to IPP and the company designated 1PP account administrator will then receive two e-mails from the Treasury Web Applications UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 uNGLASSIFIED Contractor Name: UNIVERSITY OF MARYLAND Contract Number:2014-14082800003 Page 9 of 28 Infrastructure's (TWAI) e-mail address twaigovgnialLeroc4W4govi. (1) From "I.PP User Administration` - the Company's: IPP User TD, :a lit* to the IPP Application, and the :IPP lielpdesk phone number, (2) From "Treasury UPS User AdministratiOnw, the Company's IPP password (sent Within 24 hours of the first e-mail). (C) During registration, One (I) initial administrative user aceOUnt is created for the company for the submitted TIN; regardless of the number Of contracts : or locations associated :with the TIN, The IpP account administrator is required to Set up all Other Company user accounts, including other administrators. Registration IS complete When the 'pp account administrator logs into the IPP Website with the User ID and password provided by TWAI and aCeeptS the "rules :Of behavior": (d) TheCpntraetor:shall access:a:first time login video fOund, on the IPP hornepage,, Which provides step-by-step instructions for logging into IPP:.for the first time: Other self-help videos, to inelnde:Oreating�and:stibinitting invoices, are available only after logging into PP.. (6) Passwords in IPP.evittevery 180 days:. :Fourteen days prior to the end of 180-day period, IPP will send an e-mail notification prompting you to change your password. If you do not Change your password once the 180: days;,.orif you do 'change your password When prompted to do. so,yonmust:contactthe.IPP HelpdeSk at I-8.66;-971,313.1�to unlock your account and to your password. (f) :IPP reqUires that allebritracterS:.re-certiffannually. 'failure :to recertify will result in their aCeouritS:being:�disabled;:. �Recertifieationxequests.are sent bye-mail to the address designated as the IPP account administrator for the contractor. The contractor be .responsibleforensuringEthat any:information:requested by IPRfor the purposes is, provided to iPP withiwthetirnefrarnedesignatedinthe correspondence. If thecontractor has:any::queStions::.abont the recertification,process.or if their account becomes.disabled,:the:contractorshall :contact the IPP: Help Desk at 1-866-973-3131 for assistance. (g) When entering invoice description fields into IPP,:the contractor shall hot use classified and/or : sensitive words and phrases in any portions of their submitted invoices. The Agency has sole discretion on What tonstittiteS:a classified and/or Sensitive word or phrase. Failure to follow this direction will result in the Agency rejecting any invoices containing such words as invalid. The contractor shall consult With the Contracting Officer and the Vendor Service Center for clarifications on questionable words and phrases; (h) For application specific question's such AS hOW: to create an invoice or how to set up notifications, contact the IN? lialpdesk. For questions related to the contract; bottftd the Vendor Service Center at 152242-701 Authority and Designation of a Contracting Officer's Technical Representative (COTR) (OCT 2008) (a) Authority: : Performance of this contract is subject to teChnical guidance, supervision and approval Odle Contracting Officer or a.designated Contracting Officer's Technical Representative (COTR), As:Used:herein, "technical guidance" is restricted to scientific, engineering Or Other technical matters :directly related to the Work to be performed. Such guidance May be provided for the purposes of filling in details, clarifying, interpreting or otherwise serving to accomplish the tcehnieal objectives and requirenients Of the contract. In addition, and unless specified elsewhere in this contract; the authority of the designated carR is: SpeCificallylintited:tiOthe technical administration of this contract and the inspection of supplies being produced, services being provided or work being performed to assess compliance with the scope, estimated cost (if cost-reimbursement), schedule, and technical requirements of the contract. (b) if an Associate COTRI(AcOTR) Or a Government Task Manager (OTIVI) IS designated by this clause, the ACOTR: will assist the: COTP. in his/her responsibilities and will function as the technical representative of the Contracting Officer in the absence Of the COTR: The 'GIN will assist the COM in performing his/her responsibilities for a speeifietask(s). However, the COTR:remains ultimately responsible for the technical performance of the contract, (0) Designation:: The individual(s) identified below Ware :authorized access to all information cool-fling this contract during the life of the contract unless this authorization is reassigned by an administrative change to the contract: UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 m1/41ct,AsstFtEp Contractor Name: UNIVERSITY OF MARYLAND Contract Number:2014-14082800003 Page 10 of 28 Name COTR: Telephone No. Provided Separately (d) Notification: The Contracting Officer is the only representative of the Government authorized to negotiate; enter into; modify or take any other action with respect to this contract. Therefore, no other employee Or representative Of the Government has the authority to initiate a outgo of action Which may alter the terms: or conditions of this contract. All revisions tospecifications; requirements or informal commitments that may involve a Change in either the total :COst/prite�Seope, delivery schedule, Or legal aspects Of this contract must be done by change order or Supplemental agreement, to be negotiated and signed by the Contracting Officer. Should any action by Government personnel (other than the Contracting Officer) imply aitOthrititroeht on the part of the QoVerhirteot that *Mild affect the terms of this Contract, the Contractor must notify the Contracting Officer and obtain approval before: proceeding. Otherwise, : the Contractor proceeds at its own risk. 1.51242-71S .NoVationiChang&of-NameNotificationReqnitentent MAR 2011) (a) For the purposes of this contract, any transfer of the contractor's assets to a third party, or change to the contractor's name, that fall under FAR 42.12, will be processed in a centralized manner by the staff at the following address: Office of the Procurement Executive Washington, DC 20505 Unclassified Fax: (b) Until the Settletrient Of this contract is completed, the Contractor shall.provide:written notification to this staff via facsimile Within (30) thirty days of anyfore,mentioned changes. Along with details of the change� your notificationshallprovideapoint of contact name, title, elearancelevel,:andphone and fax numbers. (c): After receiving this notification', your designee will reeeiVe:.a letter with inStructions to assistin the preparation of the. riovatieritchatige-Of-namepaCkage, Our organization .Willitypicallyrecognize Other Oirvernment:Agenty(OGA),Agreernen however,. we have ankine security requirements that Must be addressed before formally accepting these agreements. (d) Yfeo're'rerojoded-that:yoo must tentindetoinvoice under your former riame:on'existingeontracts'untiFthis Agency accepts your noVatiOnandier�change-OtInattie'agrpeMent'hy issuancebfa letter recognizing theagreoniont..ln addition, you are NOT authorized to reqUeSteharigesto your banking information to recognize a successor eornPanY an OtistirigycootraetsurniI thiS:Ageticy'aceepts your noyatipitiandior 'obange4knalue,agreetnent, Any delays in submitting the required infeennationniayimpaeryour ability to invoice. (6) ,AstibmisSion of a:novatiOn or hart* change agrecittpritdOeStiotignaranteeapprOyal hythiS'organization and if a:change is deemed unacceptablethe:OtrntraetOr will remain under contractual to perform. ThetentractmaybeterMinatedfor reasons of default should the contractor not perform. 152.245-716 Quarterly Financial Reporting of Contractor Acquired Property (MAY 2014) (4) 00nemh The Contractor shall MaintaiiyadeqUate:propetitycontrOlproCedures, records, and a systetnOf identification of all Contractor Acquired Property (CAP), to include contractor fabricated property, authorized for acquisition under this, contract. CAP is accountable to: this contract in accordance with FAR Part 45: and the Government Property clauses incorporated in this contract. Financial.Reporting,,,�Generak The Government must account for and report assets in accordance with 31 3512. and 31 3515.Federal.AccountingStandardsi and Office of Management and Budget.:(QMB), instructions, BecaustContractor&maintain the.custodiallecordsHfor ',GOvertnnerit assets in their possession, the :Government niust periodically.obtaindata fronithoserecords to .complete its financial reports. � Changes in Federal Accounting Standards UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 uNCLASSIFIEU Contractor Name: UNIVERSITY OF MARYLAND Contract Number:2014-14082800003 Page II of 28 and 0M13 reporting requirements may occur from year to year, requiring Contractor submission of supplemental information. The specific Statements of Federal Financial Accounting Standards (SFFAS) to be used for property records are SFFAS No. 3 "Accounting for Inventory and Related Property," SFFAS No. 6, "Accounting for Property, Plant and Equipment (PP&E)", and "SFFAS No, 11, "Amendments to PP&E: Definitional Changes" issued by the Federal Accounting Standards Advisory Board. (c) Submitting Quarterly Financial Reports: The Contractor's property control system shall record and report the total acquisition cost of CAP for which the Contractor is accountable under this contract. The Contractor shall submit Quarterly Financial Reports, as a Microsoft Excel document, to the Government Property Administrator at the address indicated in clause 152.245-714, Government Property, in accordance with the detailed instructions set forth in the Section J attachment entitled "Quarterly Financial Reporting Requirements for Contractor Acquired Property (CAP)." (d) Property Disposition Report: The Contractor shall include in its Quarterly Financial Reports all applicable disposition (e.g, returned, transferred, abandoned in place) of Government Property reported as Contractor Acquired or Contractor Fabricated Property on a previous Quarterly Financial Report. The Contractor shall maintain a copy of supporting documentation for all applicable dispositions of CAP in the quarterly reporting period following a change in CAP status. At a minimum, documentation shall support the date reason, and authorization for each change in CAP status. (e) Documentation Required to Support contractor Acquired Property Assets: The Contractor shall maintain a copy of all documentation to support the reported total acquisition cost and acquisition date/date placed in service for all CAP valued at $50,000 and above on the first quarterly reporting period following the date purchased or upon completion and acceptance by the Government of Contractor fabricated assets. Contractor fabricated assets should only be reported once completed, accepted by the Government and only if delivered in place. Contractor fabricated assets delivered to the Government shall be the responsibility of the Government for inclusion into financial reporting. All CAP purchases since the last submitted quarterly financial report must be reported on the next quarterly financial report. Total acquisition cost includes all Costs incurred to bring the CAP to the form and location of its intended use. This might include cost such as materials, labor, overhead, shipping, inspection, testing, etc. (f) Subject to Audit: The Contractor is required to maintain accurate and complete supporting documentation for all assets reported on the Quarterly Financial Report for the life of the asset or the duration of the contract, whichever comes first. This documentation, verification, and condition of the assets are subject to audit by the Government. (End of Clause) 152.204-732 Contract Settlement Documentation (AUG 2014) Upottcompletioncof the subject contract the Contractor shall submit thefollowingdgenmenta: (a) Electronic Funds Transfer Information (EFT) -�The submission of this information is.requiredlekeep our payment. database current. (One copy required within 60 days after contract completion) (b)': Final Property Closeout Statement (Government Furnished PropertY,(Gf E),�aud Contractor Acquired Property � (CAP), Forni..iSavallablein the Government Propertyrnainial,..Sed contract clause 152.245414: (One copy reqUiredithin.60 days Mier. contract completion) (0): Final Patent and Royalty Statement (in accordance with FAR 5222741 or 52.227-13, as appropriate) Mite copy requited within 90 days after contract completion) (d)i Final Level-of-Effort Certification (Applicable to COntraets)ifith�LOEtype ,CLINs) (Submit in accordance with contract clause 152.216-766) :(e). Final Cleated Personnel Certification Report (If contract required security clearances) (Submit irtaceordance with Contract Clause' 52.204-729) (t) Final. Invoice Or Voucher (also referredlOasEFinal�CtoUlative:Claitiland�Reconciiiation [FCCR:1):,(401icable to .contracts with .e004ype,,CLINs, E:xeoption:. ,co..:041ype.C117Vs establiShedfor�Other Direct Costs- or travel co:et:fixed UNCLASSIFIED.: Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 .usciAssime.p�: Contractor Name: UNIVERSITY OF MARYLAND Contract Number:2014-14082800003 Page 12 of 28_ price contract:). Once final annual indirect cost rates have been established, the Contractor shall submit a "FINAL" invoice or voucher: If final annual indirect cost rates have not been established and the parties have agreed to use negotiated quick-close rates, the Contractor shall submit a "FINAL" :invoice or voucher: The receipt of an invoice marked "FINAL" shall :initiate the settlement of this contract. This "FINAL" invoice is not to be transmitted via electronic submission; but must be submitted in hard copy to the address listed below. (One copy required within 120 days after settlement of final:: indirect cost rates) The Closeout documentation : required in (a), (b); (e), (d); and the Contracting Officer's copy Of (e) shall be Mailed, postage prepaid, to the Contracting Officer at the Issuing Office address on page I of this contract: The closeout documentation requited in (1) shall be mailed, postage Prepaid, to: Contract Settlements Washington, DC 20505 If you have any questions in regard to the closeout procedure, please contact the Contracting Officer, or the settlements office at Section H Special Contract Requirements 152.203-701 Fraud, Waste, and Abuse, and Other Matters of Urgent Concern - Unclassified Association (APR 2009) Anyone who suspects fraud, waste, or abuse in any aspect of the acquisition process or during performance of this contract by either Government or Contractor personnel, or wishes to report an "urgent concern' to Congress, should contact the Office of Inspector General, Investigations Staff, at phone number The term "urgent concern" means: (a) a serious or flagrant problem, (b)(3) abuse, violation of law or Executive Order, or deficiency relating to the funding, administration, or operations of an intelligence activity involving classified information; (b) any false statement made to Congress, or willful withholding from Congress, on an issue of material fact relating to the funding, administration, or operations of an intelligence activity involving classified information; or (c) an action constituting reprisal or threat of reprisal in response to any person reporting an urgent concern pursuant to this provisions. 152204703 Non-Publicity (DEC 2011) (a) The Contractor shall not use or allow to be used any aspect of this solicitation and/or contract for publicity. "Publicity" means, but is not limited to, advertising (e.g. trade magazines, newspapers, Internet, radio, television etc.), communications with the media, marketing, or a reference for new business. This shall include, but, is not limited to, the use of the terms "ISSA or ISA." or any other sponsor specific terms in any public advertisements, It is further understood that this obligation shall not expire upon completion or termination of this contract, but will continue indefinitely. The Contractor may request a waiver or release from the foregoing but shall not deviate therefrom unless authorized to do so in writing by the Contracting Officer. Contractors are not required to obtain waivers when informing offices within this Agency of contracts it has performed or is in the process of performing provided there are no security restrictions. Contractors may include the requirement for security clearances up to the TS, SCI level in public employment advertisements; however, these advertisements may not describe the scope of polygraph requirements in any manner. Violations of this clause constitute a major breach of contract, and the contract may be terminated for default, without the requirement of a 10-day cure notice. (b) The Contractor shall include the substance of this clause, including this paragraph (b), in each subcontract issued under this contract. 152.204-723 Prohibition Against Recruiting on Agency Controlled Facilities OCT 2008) UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED Contractor Name: UNIVERSITY OF MARYLAND Contract Number:2014-14082800003 p6oe. 13 of (a) The�Centraetoshall ' informiitS,cMployea'and subcontractors that they are not permitted To engage in employment recruitment .While on :atlyfaaitYo�io'cd, leased; or Otherwise doodiledby:fl*Agefici or to use AgenCyCOMmunications.systems (e.g. cable and computer systems) nonpublic information in connection wittireeruitMent without written approval of the Contracting Officer. For purposes Of thia:.ClatiSe,:recruitMent refera to diSetiasions'of future emPlOymentwiththeeentraetor or subcontractor initiated an employee Of the Contractor or subcontractor; distribution of employment forms or other emplOyment paperwork, or similar activities directeditowards.:obtaining,thevemployment of any individual: by the contractor or subcontractor: .Any Cent-actor or subcontractor employee who: violates this peliey may be 'denied further access to Agency controlled facilities and systems, The Contractor shall: emphasize this fact its employees and subcontractors and shaltlinelnde:the substance of this Clause in each issued tinder this contract. (b) The prohibition set forth in paragraph (a) above does not apply to the recruitment of Agency personnel enrolled in the Agency's Career Transition Program, (C) Denial Of access to Agency controlled facilities and systems as described in paragraph (a) Of this clause shall net relieve the Contractor from full performance Of the requirements Of this :Contract; nor will it provide the basis for any claims against the Government. 152,204-725 Foreign Nationals Performing Unclassified Work (NOV 2005) (a) The Contractor shall identify any and all personnel who arc foreign nationals (personnel who arc not United States citizens or Permanent Resident Aliens) that are proposed to perform work under this contract in a prime contractor and/or subcontractor capacity. The Contractor must receive written approval from the Contracting Officer prior to allowing any foreign nationals not listed in paragraph (c) to work on this contract. (b) Throughout the performance of this contract, the Contractor shall provide the Contracting Officer with the following information at least thirty (30) days prior to the contemplated use of such individuals: Full Name, Date and Place of Birth, Citizenship, Social Security Number, Visa Number and Type, Title. It should be understood that the Contracting Officer may exclud this contract without providing a reason for the exclusion, (c) The following foreign nationals are hereby authorized to work on this contract: Name Title T1313 ny person(s) who are not United States citizens from performing on 152.204-727 Restrictions Regarding Former Sponsor Employees (APR 2009) (a) Except as authorized in writing by the Contracting Officer, the Contractor shall not use any person in the direct performance of this contract who: (1) Has resigned from employment with the Sponsor within the previous 18 months; (2) Has been barred from performing Sponsor contracts for a period of time as a result of a recommendation from a Sponsor Advisory Board; or (3) Was terminated from employment with the Sponsor. UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 unciAssiFiap COriteadtOt Naine! UNIVERSITY OF MARYLAND Page 14 of 28 Contract NUrnber:2014-14082800003 (b) Paragraph (a) includes the use of a person as a contractor employee, subcontractor employee, consultant, independent contractor, or similar arrangement. (c) Paragraph (a)(1) does not apply to persons who retired from the Sponsor. (d) The Contractor agrees to include in each subcontract a clause requiring compliance with these restrictions by the subcontractor and succeeding levels of subcontractors. 152.215-719 Incorporation of Section K Representations, Certifications, and Other Statements of Offerors or Respondents (OCT 2003) SECTION K which has been completed and submitted with Contractor's proposal dated 14 August 2014 is incorporated herein by reference and made a part of this contract. 152.215,721 Order of Precedence (OCT 2003) (a) Any inconsistency in this contractual document (inclusive of documents, provisions or exhibits referenced herein or attached hereto) shall be resolved by giving precedence in the following order: (1) The Schedule (excluding the SOW and specifications) (2) Attachment A - Incentive and Award Fee Plan (if applicable) (3) Statement of Work (4) Other provisions of the contract when attached or incorporated by reference (5) Specifications (6) Technical Provisions of the Contractor's Proposal(s) (b) If a conflict or inconsistency arises out of any of the contract elements listed above, the Contractor shall notify the Contracting Officer of the conflict or inconsistency for final and unilateral resolution. tinder no circumstances will such conflicts or inconsistencies result in increases to target cost, fee, award fee or schedule extensions. 152.215-724 Key Personnel (AUG 1996) (a) The Contractor shall identify the key technical, management and administrative personnel to be assigned to work under this contract: Name Title Dr. Peter Koalas Dr. Eric Wachsman Principal Investigator Principal Investigator (b): The personnel specified above are considered to be essential to the Work performed hereunder, Prior to diverting any of the specified individuals to other programs, the Contractor shall provide advance notification of at least thirty: (30) calendar days to the Contracting Officer and shall submit resurneS of the proposed SUb$fitinCS in sufficient detail to permit evaluation of the impact on the program. No diversion from the above procedure shall be Made by the Connecter without the Written consent of the Contracting: Officer provided that the Contracting Officer may ratify in Writing Such diversion and such ratification Shall constitute the consent of the Contracting Officer required by this clause. Section I - Contract Clauses UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED Contractor Name: UNIVERSITY OF MARYLAND Contract Number:2014-14082800003 Page 15 of 28 152203-700 Compliance With the Constitution and Statutes of the United States (AUG 1996) Nothing in this contract shall be construed to authorize any activity in violation of the Constitution or Statutes of the United States. 152.204-733 Timely Notice of Litigation (DEC 2011) (a) Tnecontraeterihereby agrees to immediately give written notice to the contracting Meer Of any Current litigation or any anticipated litigation that May arise during the coat* of the performance of this contract or thereafter, that involves or in any Way relates to or affects; (1) any aspect of this contract, (2) its terms or costs, (3) pertinent subcontracts, or (4) the Customer's relationship With the Contractor or its subcontractors. This :notice shall include all relevant inforination With Erespect to the litigation. This :notice, requirement is:a:continuing obligation audEsurvivestertninatiett, settlement or close-out of the contract (b) The Contracting Officer shall have access to and the right to examine any pertinent &pelts, deettMetita papers and records Of the Prime Contractor or subcontractor(s) involving customer transactions related to any contract (c) Notwithstandingthe:foregoing, nothing in this agreement shall constitute a waiver of either party's right in litigation, including but not limited to, the rights of attorney-client privilege, to obtain injunctive relief, and/or any rights or remedies available. (0 The Contractor agrees to insert paragraphs (a) through (d) of this Clause in any subcontract under this contract In the event of litigation, the subcontractor shall immediately notify its next tier subcontractor or the Prime Contractor, as the case may be, of all relevant information with respect to such litigation. (e) The Prime Contractor shall fa :a Copy of the notice of litigation 10 the C ntraeting0fificet and to the Contract Law Division at the following fax MOM'S; Contracting Officer Contract Law Division 152.209-701 Organizational Conflicts Of Interest: General (JUL 2003) (a) The contractor warrants that, to the best of its knowledge and belief, there are no relevant facts that could give rise to Organizational Conflicts of Interest, as defined in FAR 9501. Or, alternatively, the contractor warrants that it has disclosed all relevant information regarding any actual or potential organizational conflict of interest. (b) The contractor agrees that if an organizational conflict of interest with respect to this contract is discovered during its performance, an immediate and fall disclosure in writing shall be made to the Contracting Officer. Such notification shall include a description of the action the contractor has taken or proposes to take to avoid, neutralize or mitigate such conflicts. The contractor shall continue performance until notified by the Contracting Officer of any contrary actions to be taken. The Government may, however, terminate the contract for its convenience if it deems such termination to be in the best interest of the Government. (C) If the contractor was aware of an Organizational Conflict Of interest before award ef this Contract and did not .fully disclose the Conflict:le:the ContractingOfficer,:the,GOvernMent May terminate thecontraCtfor default (d) �The contratter shall insert a clause containing all theterniS:and. conditions of this clause in all for Work to be: performed SimilartotheSerViceS provided by the:printe,Contracto; and:the:terms "contract", "contractor", and'Contraotingeffic Modified appropriately tbpreServetbe �Government's :rights; (c) Before a contract modificationi5rhadethat adds new work or significantly:increases.theperiodcf performancei,the:contractor shall agree to submit either,anorganizationaconfliet of interest disclosure :or representation or an, update of a prey iously::submitted disclosure or representation, if requeStedbythe Government (f) Contractor further:Vita:that Government may periodically review contractor's cornpliancewiththese provisions or require such. 'Self4sSeSSrrienta or:a4ditiOnaerkifteations as Government deems t.I UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UN1.:1-11-1=1) Contractor Name: UNIVERSITY OF MARYLAND: 130g0�16 0,28' Contract Numbeh20.1444082800003,' 151209-708 Agency Suspension:and:Debarment (AUG 2004): The:Agencyhas�establiShed suspension and debarment procedures consistent with FAR Subpart 9.4. The Agency wilt provide a:copy of said procedures' tolheContractor in the event a notice of proposed suspension or a nOtiDe, of proposed debarment IS iSsue(tby the Agency or upon written reqaest�t6theContractingofficer.. 152.215-700AII Audit and Records - Negotiation - Alternate II (OCT 2013) (a) .As used in this .Clanse):"records7incitudes:books, documents,. accountingproeediireS:andpractiCes,..and Other data,. regardless of type and regardless of Whether:suchiterns arelirrWritterifOrrn) in theforritOf computer data, or in any other fano, (b). Examination of costs. If this.. is a��cost4:eiMbursement;:incentive;:time-andmaterials,, labor-hour, or price: redeem-linable contract,: or any combination of these�.:the.Contractor�Shall maintain and the 'Contracting Officer, or an authorized representative of:the-Contracting:Officer, Shall:havethe right to examine and audit all:tecords.and�Other evidence sufficient to reflect properly all claimed to 'have. been incutted.oranticipated to be:incurred:directly:Or indirectly in performance�olthis.contract, This right of examination shall include inspection at all reasonable times of the Contractor's plants). r parts': of them, engagedinperformingthe contract. (0) Certified cost or pricing data..:Ifthe:Contractor has been required submit certified cost pricing data in connection with any pricing action relating to this contract, the ContractingOfficer):or unauthorized representative of the Contracting 'Officer, in order to evaluate the accuracy, completeness, 'and currency of the:�Gertified:�cost or pricing:data).shall'have the: :right to examine and audit all of the Contractor's records, including computations and projections, relatecit- (1.) The.#0posottfoi-:thetofitfatt.,ubeofitract, or (2) The discussions conducted bh�the',ptatippa41(s), including those related -to.'hegatiatihg;: .(3) Pricing of the contract):subcontract�or modification; or �(4) Performance of the bontraet,..subcOntratfor.modification. (d) Reports'. If the Contractor is required to furnislicoSt; funding, or performanee:reports,.the Contracting Officer Or an Atitho*4 representative , of the Contracting Officer shall have the rightto�eXAthine�and audit the supporting records and Materials, for tho�pUrpOse:.of evaluating -(1) The:effectiveness:of the Contractor's policies and procedures to produce data compatible : with the objectives of these: 'reports; and (2) The:data:reported. (e) Availability. Theethrittactat: ' Shall Make available at itsofficoataltreasonable tithes the records, materials; and other evidence deStribed it. paragraphs.(a):,;:(4,:(c);..and (d) of this clause, for examination) audit, or until 3. yeats. .after :final payment under this contract or for any shorter period specified in::Siabpart.43, ContractorRecordsRetentiett,:of the Federal Acquisition Regulation (FAR), or for any 'longer period required statute:or:by other clauses of this contract, :In addition (I) If this Contract :is: completely or partial terminated, the Contractor Shall invitee available the records relating to the work terminated until 3 years after any resulting final termination settlement; and (2) The Contractor shall make available records relating :to appeals ohdex.. the Disputes clause or to litigation: or the settlement of Claims: arising under or relating to this contract 41101 such appeals, litigation, or claims are finally resolved. (f) The Contractor shall insert a clause containing all the terms of this clause; including this paragraph (f):, in all subcontracts under this contract that exceed the simplified acquisition threshold, and - (1) That are cost-reinabursernetit, incentive, time-and-materials, labor-hour; or price4edeterminahle type or any combination of these,: UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED Contractor Name: UNIVERSITY OF MARYLAND Page 17 of 28 Contract Number:2014-14082800003 (2)� For which certified cost Or pricing data areireqUired;',or (3) That .require the subcontractor to fianish:teponaS,distuasedin paragraph::(0)�Of this clause. The clause may be altered only as necessarytaidentify properly the contracting andthe�Contracting Officer under: the: Government prime: contract (g), The provisions of 'OMB Circular No..A-133,.:"Auditg,OfStatek Local Governments, oriprofit,Ofganizations.;!` apply to this contra:et. 152.229-700 Tax Audits (JAN 2004) If federal, state, or local tax :officials request access to information Under this contract, the contractor Shall immediately notify the Contracting Officer. The contractor shall also request that the tax officials identify, in writing; the speeitle information sought for review and Shall fin-ward the response and any related documentation to the Contracting Officer. Failure to provide notice to the Contracting Officer may be grounds : for denying a eeStIpriee:adjustruent for the resulting tax liability, if an adjustment is otherwise authorized by law and the terms of this contract.� 152.233-700 Independent Review of Agency Protests (JAN 2004): An independent review of protests to the agency, as defined in FAR 33.103(d)(4), is available as an alternative to consideration by the Contracting Officer. Requests for an independent review shall be submitted directly to the Contracting Officer, along with the protest. 52.216-7 Alt II Allowable Cost and Payment (Jun 2013) - Alternate II (Aug 2012) (a) Invoicing (1) The Government Will make payments' to.theCOntractOr'whenrequested as Workprogresses, but not more Often than. once every two weeks, ii1.4t,Opulits determined to be allowable by th6,coott4cting:Offiderim accordance With subpart 31,3, in,effectbin the date ,Of this: contract and rhetermS,of this contract. The Contractor may submit to an authorized representative of the Contracting in such form and reasonable detail' as the. representative thay require, an invoice or voucher supported by a:Statement of the claimed alloWablecost.for performing this contract.. (2) Contract firiancingpayments are not subject to the ikterestpenaltTprovisions:,offhe.Prempt:PaymentAct Interim payments Made prior to. the final payment under contract are contract financing payments, except interim payments if this contract contains Alternate I to The eiaioe at 52.232-25., (3) The designated payment office will make interim payments for contradt:financing on the 30th day after the designated' billing office proper payment request. In the event that the Government requires'an.auditor ,other review of a specific payment request to ensure compliance' with the Aertna and conditions of the �contract, the designated payment office is not tornpelled to make payment by speeified,clue:date, (b) Reimbursing E costs, (1) For the p4posebfreimbursing �allo*ahlCOats,(exCeptasiproi/ided In paragraph (h)(2) of this clause, with respect to pension, deferred�prOfit.shating, and etnployee stock ownership plan contributions), the tern "costs" includes only - '(i)�Thp86 recorded costs that, at the time of the request for reimbursenient,..thecontractor has paid by cash, check, or other form, of actual payment for items ,or services purchased directly for the contract;: (ii) When the ContraCteris:nOt delinquent in payingeostsofeontract.performancointhe ordinary :course of business:, costs incurred,: but not necessarily paid, for UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED Contractor Name: UNIVERSITY OF MARYLAND Page 18 of 28 Contract Nunnber:2014-14082800003 (A) Supplies and services purchased directly for the conk ctarid associated financing�Oaymentst subcontractors, provided payments determined duc will be made - (1) In accordance with the terms and conditions of a subcontract Or invoice; and (2) Ordinarily within 30 days of the submission of the Contractor's payment request to: the Government, (B) Materials issued from the Contractor's ...inVehteryaildiliikieed it :the production process for use on the eontract (C) Direct labor; (D) Direct :travel; (E) Other direct in-house costs; and. (F):PrOperly,allocable,and allowable indireet costs, as shown in the records maintained by the Contractor for purposes of obtaining reimbursement under Government contracts; and (iii) =twin of financing payments that have been paid by cash, check, or other forms of payment to subcontractors, (2) Accrued :costs of Contractor contributions under employee pension plans shall be excluded until actually paidunies&- (i). The Contractor's practice is to make contributions to the fond quarterly or more frequently; and (ii) The Contribution does not remain unpaid.30.,days:after the:end�of the applicable quarter or shorter,paynient'pericid (any cOntributiOnretnainingnhpaidshall�be,exeluded from the:Contraetor's:indireetcosts.for payment (3) Notwithstanding the audit':And,adiusttnent of invoices or vouchers :under paragraphie::efthis,clause,:allowable indirect costs under this contract shall be obtained by applying indirect cost rate�,�establishodih accordance:with:paragraph (d) of this clause. (4) Any statement in specifications or Other documents incorporated in this contract by reference designating:, , .performance of services,orfarniShingEofMaterials at the. Contractor's, expense or at no costtothe,Government shall be. disregarded for purposes: of cost-reimbursement under this clause. (4SinaltbuSineSS. eOncerns., k�stiall business concern may reeeiVe there :frequent pAytneritS thanzevery24eekg. (d) Final:indireettost:rates� (1) Fine:annual:indirect cost rates and appropriate bases shall be established in accordance with Subpart 42.7 of the: Federal Acquisition Regulation (FAR)::iii:effeCt: for the period covered by the indirect cost rate proposal. (2)(i)E The Contractor Shall submit an adequate final indirect cost rate proposal to the Contracting Officer (or cognizant Federal agency official) and auditor within the 6-month period followingtheexpiration of each of it fiscal years. Reasonable extensions, for exceptional circumstances only;:maylbe requested in writing by the Contractor and granted in writing by the'ContractingOfficen.The ContractonshalLsupportitsiprpposal with adequate,supportingdata, (ii):Thepteposedrates.:shall be based On the Contractor's actual cOStexperience�for that period. The: appropriate Government repreSentatiVe and the Contractor shall establish the finalinditect�costrates'as promptly as practical after. receipt Of the Contractor's proposal. (iii) An adequate indirect cost rate proposal shall include the following data unless 'Otherwise specified by the cot:giant. Federal agency official: (A) Summary of all claimed indirect' expense : rates� including pool, base,f�andealchlated'indirect rate. :(B) General andAthninistrative expensesOnal indirect tosi pool). Schedule of claimed expenses by element of cost as, identified in accounting records (Chart of Accounts). (c) Overhead expenses (final indirectcOia Pool ). Schedule of clan-tied expenses by element of cost as accounting records (Chart of Accounts) for each final indirect cost pool. (D) �Ocopolcy,expe,nkoVokermodiatoindirect .i.:0.$11)001) ..e.hedtjle :Of claimed expenses by element of cost as identified in aeOonntingtee0i'ds,((34art of Accounts) and expense reallocation to final indirect UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 uNCLASSIFIED Contractor Name: UNIVERSITY OF MARYLAND Page 19 of 28 Contract Number:2014-14082800003 (E) Claimed :bases, by element of:cost,�nsedto-distribute indirect costs. (F) FaCilitieS.cagital.CoSt,:of money factors computation. (G) Reconciliation Of books of account (i.e., .Ledger) and claimed direct:OW-by major cost element. (U) Schedule of direct ,costs by contract and subcontract and indirect eNpense, applied at claimed rates as well as'a subsidiary schedule of Government : participation percentages in each of the allocation base amounts. (I) Schedule of cumulative direct:and:indirect costs claimed and billed by and subcontract.. (J) Subconfract iaJhrm all on. Listing of subcontracts awarded to corepanie.forWhiehthecontradtais the.primeor �upper-tier contractor (include prime and subcontract numbers; stibeontraCt�Value:andaWard typo; amount claimed during: the fiscal year;:and.the subcontractor name, address, Und:point,of contact information). (K) Summary of each time-and-materials : and labor-hour contract information, including labor categories, labor rates, :hems, and amounts; direct reaterialS; other direacOStS; and, indirect expense applied at claimed rates. (L) Reconciliation of total payroll per IRS ,fOrtri941 to total labor costs distribution., (M)E Listing of decisions/agreements/approvals and description of:accounting/organizational changes. (N) Certificate of final indirecteeSts::(See,5Z242-4, Certification Of Final Indirect Costs). (Q) Genera:0 'closing information for contracts physically completed in this fiscal :year (include contract number, period of: .perfOrtnanee, contract ceiling amounts, contract fee computations, level of effort, and indicate lithe contract is to pleite)� (iv) The following supplemental information is not required to determine if aproposal is.adequatekbutmay be :required during the audit process: (A) Comparative analysis of inditett expentepools,:detailedbyaccounitOpriot fiscal Year :and: budgetary data. (13) General .organizational information and on alloWability Of compensation for certain contractor personnel. See 31,205-6(p). Additional salary reference infotmationiSavailablett. http://www.whitehouse.gov/omb/procurernentjnckx_exec_comp/.(C) IdentifitatiOn, of prime contracts under which IhecOntractOperfors US A subcontractor., (D) Description of accounting system (excludes contractors required to submit :a CASEIDisclosure:,Statement or contractors Where the description ,of the accounting system has not changed from :the previous year's submission). (E) Procedures for identifying :and excluding unallowable :coats from the:costs,claimedand billed (excludes tent:tatter:a Where the PrOCeditrabave:not Changed from the previous year's submission). (F') Certified statements and other financial data (0,g,, trial twance..ompilatiott,..rdvie*, etc.), (G) Management letter,,froniontside,qms: concerning any internal tOrittO1 wcalcntages: 0:1) AttiOnsthathavebeen and/or will be implemented to correct the weaknesses described in the .management letter from subparagraph (G) of this .section. (I) List of all internal audit reports: issued since the last di sclosure.of internal audit reports to the Government. (I) Annual internal audit plan of scheduled audits to be :performed in the fiscal year when the':finalindirect,coSt rate StibMissiOnisinade, Federal and State income tax returns. (L.) Securities and E>'wharige Commission 10-K annual ireport... (14) Minutes from board of directors meetings. :(1.4):Listing'ofdelay :claims and termination :claims submitted which contain, costs,relating:to,the subject fiscal :year. UNCLASSIFIED:: Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED Cdrittattije Nan*: UNIVERSITY OF MARYLAND Page 20 Of 28, Con0.,60 Ntinibet:2014-14082800003 (p) Contract briefings, which generally include a synopsis of all pertinent contract provisions, such as: contract type, contract amount, product or service(s) to be provided, contract performance period, rate ceilings, advance approval requirements; pre-contract cost allowability limitations, and billing limitations. (V) The Contractor Shall update the: billings on all contracts to reflect the final Settled rates and update the schedule of cumulative direct and indirect costs claimed and billed, as required in paragraph (d)(2)(ii OM of this section, within 60 days after settlement of final indirect cost rates. (3) The Contractor and the appropriate Government representative shall execute a: Written understanding setting forth the final indirect cost rates. The Understanding shall specify (i) the agreed-Upon final Annual indirect cost rate's, i(ii) the bases to which the rates apply, (iii) the periods for which the rates apply, (iv) any specific indirect 'Cost items treated as direct Costs Ein the settlement, And (V) the affected co:mud and/or subcontract, :identifying Any with advance agreements or special terms and the applicable rateS. The understanding shall not Change any Monetary ceiling, contract Obligation; or specific cost allowance or disallowance provided for in this contract. The understanding is incorporated into this contract upon execution. (4) Failure by the parties to agree On a final annual indirect cOSEt rate shall be a dispute within the meaning of the Disputes: clause. Withih.padays,(or .longer period if approved in 'wilting hythe-Contracting�Offieer) after settlement of the final annual indirect cost rates for of a physically coMpleteepntract,:�the Contractor shall submit a completion invoice:, or voucher tarefleet.thesettled'amountS-andrateS. The �completion invoice or voucher Shall include settled S:11b0Ontr3cr amounts and ratea. The prime contractor is:reSponSible:,for:�:settling'subtontracter amounts and rates included in completion invoice or Voucher and ProVidingstatusof Subcontractor audits tOthe,Contractingofficer upon request. (6)(i) If the Contractor fails to submit A:completiOn invoice or voucher 'Within the time specified in paragraph (d)(5) of this Clause, the 'Contracting Officermay- (A) Determine the amounts.duetOtheContractorunder the contract; and (3) Record this determination in a unilateral Modification.tothetontract (ii) This constitutes the final decision Of the Contracting OfficerinaccOrdariee with the Disputes. Clause. (e)Billingrak's. Until final annual indirect cost rates are established for any period, the Ooverriment shall reimburse the Contractor at billing rates establiahed:bythe Contracting Officer or,byan,autorized:represeritative (the cognizant auditor), subject to 'adjustment when the final' rates are established:These' billing rates- (1) Shalt he the anticipated final rates; and (2) May be prospectively or retroactively revised by mutual:agreement, ,at eitherinarty'S:ratit St, to prevent Substantial overpayment or underpayment: (f);Quidc,closeoutproce4r4 Quick-closeout procedures are applicable when the conditions in FAR 42.708(a) are satisfied, (g) Audit: At any time ortimes:beforefinal payment; the Contracting Officer may have the Contractor's invoices or vouchers and statements of cost audited. Anypayment.maybe- (1),RedUced by amounts found by the. Contracting Officer not to constitute allowable costs; or � (2):AdjuStedfer:prier,oVerpayments or underpayments, (h)Fiilarpaymeht. (1) Upoii,approval of a completion invoice or voucher submitted by the Contractor in accordance with paragraph (d)(5) of thii,clauSe,:andupon the:CoritracioCs.compliancewith all terms.ofthiS.contract,..theGovernmentshalLpromptlypay any balance of allowable' costs and that part' of the fee (if any) not paid. (z) Tno Contractor shall pay'tothe GoVernment.anYrefUnds,.rebates;:ereditS, Or Other amonritslincludirigiutereSt, if any). accruing to or received by the contractor or any assignceundetthicentracc to the extent that thoge amounts,. are properly allocable:to,costs�fetWhieh,:the Contractor has been.reittibursed�:bythe Government. ReaSonableexperisesinettredby the UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED Contractor Name: UNIVERSITY OF MARYLAND Page 21 of 28 Contract Number:2014-14082800003 Contractor for securing refunds, rebates; credits, Or Other amounts shall be allowable costs if approved by the contracting:: Officer. Before final payment under this contract, the Contractor and each assignee whose assignment is in effect at the time Of final payment shall execute and deliver - (i) An assignment to the 'Government, in form and substance satisfactory to the Contracting Officer, of refunds, rebates, credits, or other amounts: (including: interest, if any): properly allocable to costs for which the Contractor has been reimbursed by the Government under this contract; and (ii) A release dischargingEthe:Government, its officers, agents, and employees from all liabilities, obligations, and Claims arising out of or under this contract; except (A) Specified Crating stated in exact arnotintS, Or in estimated amounts When the exact amounts are not known; (p) CI:piths (including reasonable incidental expenses) based upon liabilities of the Contractor to third parties arising out of the perforrnance of this contract; provided, that the claims are net known: to the Contractor on the date Of the execution of the release, and thatlie:ContractOr gives notice Of the claims in writing to the Contracting Officer Within 6 years following the release date or nO,tice: of final payment date, whichever is earlier; and (c) Claims for reimbursement of costs, including reasonable incidental expenses, incurred by the ceptmetet under the patent clauses of this: contact; excluding, bbArcv6r, any expenses arising from the Contractor's indemnification Of the GovernitpritagOiUstipatent (End of clause) 52.227-1 Alt II Authorization and Consent (Dec 2007) - Alternate II (Apr 1984) (a) The Government authorizes and consents to all use and manufacture in the performance of any order at any tier or subcontract at any tier placed under this contract for communication services and facilities for which rates, charges, and tariffs are not established by a government regulatory body, of any invention described in and covered by a United States patent-- (1) Embodied in the structure or composition of any article the delivery of which is accepted by the Government under this contract; or (2) Used in machinery, tools, or methods whose use necessarily results from compliance by the Contractor or a subcontractor with specifications or written provisions forming a part of this contract or with specific written instructions given by the Contracting Officer directing the manner of performance. (b) The Contractor shall include the substance of this clause, including this paragraph (b), in all subcontracts that are expected to exceed the simplified acquisition threshold. However, omission of this clause from any subcontract, including those at or below the simplified acquisition threshold, does not affect this authorization and consent. (End of clause) 52.2271.1 Patent Rights:-.�Ownership bytheContraCtor:(May�201:4): (6).As.used clause-- "Invention" means any invention or discovery that is or may be, patentable orotherwise prOteCtubi6UUdOt title 35 of the U.S. Code, Or any variety of plant: that is may beprotettable under the Plant Variety Protection Act (7 U.S.C.2321, 8t UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED Contractor Name: UNIVERSITY OF MARYLAND Page 22 of 28 Contract Number:2014-14082800003 "Made"::Incans-, (.1.) When used: it relation to any invention other than aplant variety, he conception or first actual reduction to practice :of the invention; Or (2) When used in:relation:to, *plant variety; that the Contractor has at least tentatively determinedlhat the:yariety:bas:hoeil reproduced with recognized "Nonprofit organization means a. university or other:institution:of higher education or an organization Of the type described in section 501(0)(3): of the .Internal� Revenue codeof 1954 (26 U.S.C.: 501(e)) and exerapt :from taxation iutder section .5040 Of the :Jrtterhal:ReVenue'COde (20U,S.C,50 1(a), or nonprofit scientific Or,edtieatiOnal:organi4ation qualified under a:State nonprofit organization statute. "Practical application" means to manufacture, in the case :ofa composition of product; to practice, in the case-of aprocess or method or to operate, in the case of a machine or system; and, in each case, tinder such conditions as to 'establish that the invention is:being:Uti4ed and that its are, to the extent permitted by law gr�QOvernmentregulations, available 10 the public on reasonable terms, "Subject invention" means any invention of the Contractor made in the performance ofwork underthis:�contraet. (b).Conteerethi-'s (1) Ownership. The"Contractorinty retain ownership of eaeli...kibiO6tEiiiVOillial throughout the world in accordance with the .provisions of this Clause. (2) License. (i)TheContractorshall.retain a�rionexelttsiVeity4Ity-free license throughout the:Worldia.eaCksubjeCt: invention to which the Government .obtainS title, iitikSa the Contractor fails to disclose the iilv6itiott:within the times ,specified iriOliagrapit(e)'of this clatise.:The.ContraCtofs license extends to domestic subsidiaries and.Affiliates"Within the Corporate structure of which the is 0 ,pant, and includes the right to grant sublieenses to the extent the: Contractor was legally Obligatedlb,do so at contract award. The license iStranaferable.only with the written approval of the agency, When transferred to the successor of that part of the Contractor's business to whiehtheinvention. :pertains.. The ,ContractoeS�liCenseinaybe.teVoked Or, modified by the agency' to the extent necessary to aChieve,:expeditious practical application of the $ubjectinVention.in a particular country ityaccordanee with the procedures in TAR. :27,302(i)(2):,:and.27:104-1(0; (0) Contractors The Contractor shall disclose in writing each-subjectinyettiOoto theContractinsOf wet Within 7 months after the inventoteli�clows-itin WritjttaitO�CPIPtrOttPt- pergoptiot.tootosiblQ:for patent imatters. The disclosure shall theinVeritor(s)And,this Contract linden which the subject invention was made. It shall be: sufficiently complete it leehttieal, detail to convey a cleat understanding of the.ilbj:ettitivelitiori. The disclosure shall Also: identify :Any publication, oriSale,(ke�� sale : or offer for Sale),: or public use of the subject Or whether:atriannscript.. describing the subject invention has: been submitted "forpublication.and, if so, whether it has been accepted for "publication,. in addition, after disclosure :to the agency, the:Coutfacton,shalipronnptly notify'the Contracting Officer of the acceptance of �61tly mantiseriptdesoribing:the:Subject itiVaitiOn for publication and any on-sale:or public use: (2) The,Contractonshallielectin writing whether or not to retain ownership Of any subject hy�notifying the Contracting Officer within 7 'years. of disclosure to the :agency,: However, in any case Where publication, on sale, or pally had has initiatedthellearStatutoryperiodduring which valid patent protection can Obtained in the United States, the period for election of title may be shortened the agency to hdateihat is"nornorethan 60 days prior' to"the:ortd.Of the: statutory period. (3) The Contractor shall file eithera provisional ora noriproisional�patentoplication or?aipteot Variety Protection Application PA 611 OPOTeci:$4*PtinYPnti,Prt.70ViOtipti tyear after election, Wooer,. in any case a publication, on sale, , or public use has initiated the 1-year smtotory:period doling which v4fict.p4tertr. protection can be obtained in the United. States, the Contractor shall Ale the appheation prior to the,enci:of that statutory period, If the Contractor files :a provisional application,it shall file 'A nonprOVisiOnal application *thin .1 0 months of the filing of the provisional application. The Contractor shall file patent applications in additional COuntrieS.Orintern:ational.patebt�Offiees,withi6 either 10 triOnthS of the: first filed patent applicatiOn,(whether:proVisional or nonproVisiorial) or 0:months frotn.the date. permission isgt0nted�by the Commissioner of Patents to file foreign patent applications Where such filing has been prohibited by a Secrecy Order:. UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED Contractor Name: UNIVERSITY OF MARYLAND Page 23 of 28 Contract Number:2014-14082800003 The coritractor May tequeStiextensions�of time .for-diselasure,�election, or filing under paragraphs (0)(1),:(C)(2), and (C)(3) of this clause. (d Government's rights,- (1) Ownership. The contraCtof Shall assign to the agency, written request; title to any subject inveritian7- (i):�Ifthe Contractor fails to disclose or elect ownership to the subject invention within the times'specified'in.paragraph (C) of this clause, or elects not to retain ownership; provided, that:the:agency may requesttitleonly within'60:days::after learning of the Contractor's failure to disclose or elect Within thespecifiedtimes. those countries in Which the Contractor faits to filepatentappliCationS Within the times in paragraph (Oaf this Clause; provided, however, hat if Contractor has filed a patent application in acountry after' the times specified in 'paragraph :�(c).:of this:clause�btit. prior to its receipt of the written request of the agency,' theCOntradtar:shall continue' to: 'retain ownership in that 'country,: (iii)::litanycbuntrYin.whiehtheCOntractor:decidestiOttocantinue the .prosecution of any application for, to pay the maintenance fees on, or defend:in:reexamination or'oppoSitioriproCeedint'on, apatent on a subject invention, -(2.) License.. If the cOntraCtor;retains-ownerShip�of any subject invention, the Gavernmerit shall havea nanekthisiVe, ..nontransferable, irrevocable, paid-up license to practice, Or have practiced for or on its behalf, the subject throughout the (e) COktmctorgctioo,,to.pro1ectlirw:Goyeipmenrs interest, (1) The shall:::exectite,or have executed and :promptly &hi:Ter to the: agency all instruments necessary .:(i).:EStabliShor confirm the rights' the Government has throughout the world in those subject inventions in which the :Contractor electstaretain.ownership; and. (ii) Assign title to the 40'4 when requested under paragraph (d)�ofthiS,Claue and to:enable:the Government to Obtain patent protectionand,plant variety protection for that Subject invention in any country. :(2) The Ciintractor Shall .require, by written agreement, its employees, .Other�than,clerical and nontechnical employees, o disclose promptly in writing to personnel identified as responsible for the-administration:of:patent matters,:and:in the � Contractor's : format, each subject inVention in order the Contractor can comply withth,ediselbStire"Provisions of :paragraph (c) of this clause, and to execute all Papers necessary to file patent applications on subject inventions: ' and to establish the GoVertiniont's�rights:�intho subject inventions. The disclosure format require, as a..ininitritttn, the information 'required by paragraph .:(0)(l): of this clause. The Contractor shall inStrueltuchemplayeeS,through employee agreements or Other Snitable:educationalprogramS, as to the importanceafreportinginventionsin sufficient time to ,permit the :filing of patent applications prior to U.S.:or:foreign statutory bars: ,(3) The Contractor shall notify the,COntraCtingOfficer :of any decisions file.a'rionpfdyisiottat patent application, , continue: the prosecution of apatent application,.pay.:Maititcnanee:feeS,,otendia a reckamination, or opposition proceeding orta,patent; in any country, not less than 30 daysbefore:theexpiratidn of the respense birfilibtpeficidreqUired by:the:relevant,patentoffice, (4) The Contractor Shall include; Within the Specifitation of anyUnitedStateS.nonprovitianal patent or plant variety protection application and any patent or plant VarietiarprOtection certificate issuing thereon covering :a :subject invention, the fallowing ,statement, "This invention was Made With Government support under (identify:the Contract) awarded by (identify the agency), The Government has certain rights in the, invention,' (1) Reporting on Oilizatjon�pf subjget :Oven:dons. The Contractor shall submit, on request, periodic reporta,nomore frequently than annually on the utilization,of a ,subject inventiortor on efforts, At obtaining utilization of the subject invention that are made by the Contractor :Or ittilicenSeesOrtsaignees:: The reports shall include information � regarding the status of date of first commercial sale or use, gross royalties 'received by the Contractor, and cithetdat4andirdormatiOn as the agency may reasonably specify. The Contractor also shall 'provide additional topattS as:, may be requested by the agoey in connection With:any;,tnatch-ht:procooding �41iclottaken by the agency in accordance with paragraph (h) of this 'Clause. TheContraetotalgashall mark any utilization report as confide:ntiaVproprietary to help: 'prevent inadvertent release �outside :the Government.. As required by 35 ,U,S:C�:202(e)(5),.theagencY will net disclose That informAtion'tp,persons:PhtSide the Government Without the Contractor'S permission. UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED Contractor Name: UNIVERSITY OF MARYLAND Page 24 of 28 Contract Number:2014-14082800003 (g) Preference fir United Stales indusiiy, Notwithstanding any other provision of this clause, neither the Contractor nor any assignee shall grantto'anyperson'the exclusive:tight:to use or sell any subject, invention in the United States unless: "the person agrees that any products embodying the: subject invention or produced through the use of the subject invention will be subStantiallyit:theUnited:States. However, inindiViduarcases;,,the :requirement for an agreement .may be waived by the agency upOria showing by the Contractor or its assignee reasonable but unsuccessful ,efforts have been made to grant licenses on sitnilar terms to,:potential licensees : that would be likelY to inanaaeniro&ubstabtialV, in the United States,:�or.that 'under :the circumstances domestic manufacture is not cOmmeteiallY feasible.. ,(h) March-in right. The Contractor acknowledges that, With respect to any'Subjectinvention inWhiChltihasretained ,ownership, the'ageney,.has.:theright to require licensing Plitsitant to 35 201 and 219(0);:andinaceordanee,With the:, 'Procedures in 37 C.F.K.40 1 ;:6 andanyatipplernentaltvgitlatiens:oftheagency in effect on idle:date:of contraaaward. Special provisions for contracts with nonptoiworganizations., If the Contractor is a nonprofit organization, it shall� (1) NotEassign�rights� to .a.subjectinvention in the:United:States without the written approval of theagency*.except where :an assignment is madeta:an organization that.has.:as one of its primary 'functions the management of inventions,:provid84. that the :assignee shall besubjecttnthe.sameproviSions.as.the Contractor;: (2) Share royalties collected on A subject invention with the inventor; inclndin$:,Federat dmpiOycb CoqiivOritag ,(but. �thrOnghtheiragencyiftheagency deems it appropriAte). when the subject invention is assigned in accordance with 35 202(e)-and.37 CFR 401:10; �(3) Use the balance of any royalties or income earned by the Contractor with respect to:sUbjeCtinventionk after payment of expenses (including payments to inventors) incidental to the administration of subject inventions 'for the support of :scientifilOtesearch..Oteducatiok and �(4) Makeefforts'that 'are:reasonable:under the eircurnatarttesAoattract licensees of subject inventions th01::�W small 'business concerns, and give apreferenee to, a small btisittess Concern when licensing subject invention if the determines that the business concern has a plan.br.propoSal.fottinarketiOgThe invention which, if executed, is equally:aalikelY tobring.theinVentian:to,Practical application as any Plans:orpropoSalSiffornapplicants.thavare not small business concerns; provided, that the Contractor :is also:satisfiedthatthesmall business Concern:has the capability .resoitreeSto:carrY out its plan or ThedecisionWhetherto give a preference in any specific case will be titthc discretion of the Contractor. '(5) Anew the Secretary of Commerce to review the: ContractOr's, licensing program and�,:�deciSionsiregarding small business 'applicants, and negotiate changes to.its,heenSingpOliCieS, procedures, . praCtices:withthe Secretary of Commerce when the $ecretary'sreVieW-diseldSes:that the,contMetotebtild take'reaSonable'StepS to more effectively implement requirements of paragraph ..(i):(4) Of this clause. U) communications. :(k) Subcontracts. (I) The Contractor shall include the:substance:of this clause, including this paragraph (k), in all subcontracts for experimental,: developmental, or 'research workto'be performed by asmalf:business concern or nonprofit 'organization. (2) The Contractor shall include in all other subcontracts for: experimental, developmental, Or research work the substance of:the:patent rightSclauserequiredby FAR Subpart 27.3. (a) At all tiers,. the paterit.rights,citeseniust.: be modified to identify the parties as follows'::�referencesIO.the'ooernment are not Changed, and The subcontractor has all and obligations of the Contractor in the clause. The Contraetor shall not, as partibithe:consideration.for awarding the subcontract, obtain rights in the subcontractor's subject inventionS., subcontracts, at any tier, the 'agency, the ,subcontractor, and the :Contractor agree that the mutual obligations of the parties:creaTeditoy this clause constitute a contract betWeen.,0*.istthcontractor�and,the agency' with :respect, to the matters coveted by:the:tlause, 'provided, however, that nothing in this paragraph is: intended to confer any jurisdiction Under the, Contract Disputes, statute in cortnectiOn with proceedings 'under paragraph,(10,ofthis (End of clause): UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIEI:3: Contractor Name: UNIVERSITY OF MARYLAND: Page 25 of 28 Contract NEtimber:2014714082800003 52.233-1 Alt T Disputes (May 2014) - Alternate ((Dec 1991) (a) This contract is subject to 41 Chapter 71; Contract Disputes. (b) Except as provided in 41 U.S.C. chapter 71, all disputes arising 'under or relating to this contract shall be,resolved underthis 'clause. (c) "Claim," �as�usedinthis clause, ,means 'a written demand or written assertion by one of The contracting 'parties Seeki .as,.a.matter of right, the payment of money in a surncertai n,. the adjustment or :interpretation of contractterms, or Other 'relief arising under. or � relating to this ,contract, 'However,. a written demand or written assertion by the Contractor seeking. the payment of Money, exceeding W0;000.is:�not a. claim, under 41 U.S.C... chapter' 71 until certified. A:vouCher; invoice,. .or other routine request for payment that is :not in dispute when submitted is not a claim under 41: U.S.C. chapter 71, The: �submission may be converted to kz-Ciairn:up4pr 41:111S:.C.,ch4ptot 71, by-complying.withthe-SuhMiSSiOrtandcertification :requirements of this clause, if it is disputed either' as to liability ,or amount or is not acted upon reasonable time, (d)(P A claim by the Contractor shall be made in writing and, unless otherwise Statedinthis�contract, submitted within '6 �.years after accrual of the claim to the Contracting Officer for awritten decision. A. claim' by the Government against the �Contractor shall be toa written decision by the Contracting Officer.. (2)(i) The Contractor shall 'provide the, certification specified in paragraph of this clause when submitting any ,claim exceeding $100,000. �(ii) The certifieation:teluirentent:ddesinot apply to ,iSstieS in controversy that have not beertSUbnaitteda&,all Or part of The certification shall state as follows: I certify that ttip:40101::f�::rroole in good that the supporting data are: :accurate and complete to the best of my knowledge and beiiefi, that the amount requested accurately reflects the contract adjustment for *.b.jeti the Contractor believes the Government and that I am authorized to pertly the clOvim.. on behalf of the Contractor. ,�(3) The certification maybe executed by any person authorized' to bind the Contractor with respeettotheclaim. �,(e).1FOr,CoatraCtor claims Of $100,000 or less, the.COntraeting�Officer ithiag, if requested in writing by Contractor,. render a decision within 60 days of the request. For Contractor-certified over $100,000, the Officer. .must, within 60 days, decide the � claim or notify the Contactor of the date by which the decision will, be made. (f):TheCorttMOingOfficees decision shall be final unless the Contractor appeals Or files a'suit as: provided in 41 U.S.C. �-o114tite71. (g) If the claim by the Contractor is submitted to theContracting,Officet or a claim: by the is presented to the Contractor, thoparties, by mutual consent. 11-14s, agree to use altortatiy�diqmto.itosoloacill (APR). If to Contractor toftiods an offer for ADR, the Contractor shall inform the:COntraCting Officer, inWriting, Of the Contractor's specific 'reasons for rejecting the (h) The Government Shall pay interest on the amountfounddueandunpaid from (1).. the date that the Contraeting Officer receivestheclaiin(cortified, if required);:or(2) the date that payment otherwise would be due, that date islater,:wail the date of payment. With regard to ClaimshaVing:defective certifications, as defitted in FAK,33::W1:, interest shall, be paid from the,,datethat the:Contracting,Officerinitially receives the claim. Simple interest on claims shallbe paid at the rate, fixed by the �Secretary of the Treasury provided inthe Act, which is applicable to period during which tho Centracting�Officerreceives�theclaira'and then at theTate,applIcable-fot each 6-month period as fixed by the TrOgliry, Secretary during the pendency of the claim. (i) The Contractor shall proceed diligentlymithperformance of this coritract,�pending:Ifinal resolution of any request for relief, claim, appeal, or action arising under or relating to the contract, and comply withanydecisionof the Contracting Officer. (End of clause) UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED Contractor Name: UNIVERSITY OF MARYLAND Page 26 of 28 Contract Number:2014-14082800003 52.233-3 Alt I Protest after Award (Aug 1996) - Alternate I (Jun 1985) (a) Upon receipt of 4:notice of protest (as defined in PAR 33.101) or a:determination that :a ,protest is likely �(see FAR 33:192(0)),Thecontractiog Officer may, by order to the Contractor, direct theContractortastop performance of the workcalledferbythiscontract. The order shall he:specificallyidentified,as a.stop-iyork order issued under this ,clause Upon receipt of theorder, the Contractor shall immediately comply with its:termoct take all reasonable steps to .rniriiniie the incurrenc&O.tosts allocable to the work covered by the order during the period of work stop-page. 14eit receipt of the final decision in the protest, the Contracting Officer shall either- (1) Cancel the stop-work order, or (2) Terminate the work covered by the order as provided In the Terrninatieri.clause. Of this contract. �(b) If a stop-work order issued under this clauSeIS:�canceled either before' or,after4 final deeiSionintheiProtat, the: � Contractor shall resume work, The Contracting �Officer shall Make:art:equitable adjustment inthe,deliyery,schedUle,.the estimated cost, the fee,.:ora combination thereof, and in any other terms of the contract that:Maybe affected,. and the contract shall bemodified, in writing, accordingly, :if-- ,(1) The stop-work results in an increase in the time required for, Or in the Contracters,coSt�prOperlyalloCablete,The .performance Of any,part:Of this contract; and ,(2) The Contractor asserts its right to an adjustment within:30,days after the end ofThe:petiodof work stoppage; provided, that ii the contracting Officer decides facts justify theaction�, the Contractingmay receive and act upon a .proposal at any time .before .1141:pay111pifl,riciet this contract �(c): If a:stop-work:order is not canceled and the wotk covered by the order is terminatedfortheconvenienceef the 'Government; the Contracting Officer shall 'allow 'reasonable costs resulting:fromthe.Stopwork'order in arriving at the termination settlement: �(d) If a StOP-WOrit order�IS�tieftaticeled.andthe"wOrk covered by,:the,order�iS:tetirlinatedfor�default,.�thC�COntraCting Officer shall :allow, by equitable adjustment or otherwise, reasonable c6g.'0 resulting from the Order. �(e) The GeVertithenfa rights to terminate this Contraaatanytime are not affected byactierttaketi:�under this Clause. (f):If,.'astheresult of the Contractor's intentional or negligerit�misstatemenmisrepresentation,:ormiscettification, a' protest related to this contract is sustained; and the Government pays 'costs, as provided in FAR:33..1.()2(b)(2) or .�..04(h)(1), ,The Government may require the Contractor to reimburse the Government :the amount,of such Oats: In addition to any other remedyavailable, and:pursuant:TO thp,mpirdtnot8yofSubpatt:326, the Government : mayeellect,thIS ,debt byeffsetting�the amount against:any:pap-110M. due the under any eontract between the and the �:Government. (End of clause) 52.243-2 Alt V Changes - Cost-Reimbursement (Aug 1987) - Alternate V (Apr 1984) (a) The Contracting Officer may at any time, by written order, and without notice to the sureties, if any, make changes within the general scope of this contract in any one or more of the following: (1) Drawings, designs, or specifications. (2) Method of shipment or packing. (3) Place of inspection, delivery, or acceptance. (b) If any such change causes an increase or decrease in the estimated cost of; or the time required for performance of any UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED Contractor Name: UNIVERSITY OF MARYLAND Page 27 of 28 Contract Number:2014-14082800003 part of the work under this contract, whether or not changed by the order, or otherwise affects any other terms and conditions of this contract, the Contracting Officer shall make an equitable adjustment in the-- (1) Estimated cost, delivery or completion schedule, or both; (2) Amount of any fixed fee; and (3) Other affected terms and shall modify the contract accordingly. (c) The Contractor must assert its right to an adjustment under this clause within 30 days from the date of receipt of the written order. However, if the Contracting Officer decides that the facts justify it, the Contracting Officer may receive and act upon a proposal submitted before final payment of the contract. (d) Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in his clause shall excuse the Contractor from proceeding with the contract as changed. (oNotWitMtariditt.theyterrnS and conditions of paragraphs (a) and (b):OfthiS clause, the estimated cost of this .COntraCt. :and, if this: contract is incrementally funded, the funds allotted for the performance of this contract�..shall'not be increased or considered to be increased except by specific written modification of the contract indicating the new 'contract estimated 'cost and, if this:contractis incrementally.funded;,the new amount allotted to the contract. Until this modification is made,. the Contractor Shall:mit...be Obligated to continue performance or incur costs beyond the point established in the Limitation of Cost or Limitation of Funds Clause of this contract. (End of clause) Clauses By Reference .. ql t:,...t , , ' ,-, , � --..,,,_-�,:, 1;W,'--,' ,',-%1W,W1,' 9-8 �"M; :,',.. .s, 4PP','''''' '"5:).-:- � ,. ''''aiia:'-' ' '''' 52202-1 Definitions (Nov 2013) 52,203-3 Gratuities (Apr 1984) 52.203-5 'Covenant Against Contingent Fees (May 2014) 52.203-7 Anti-Kickback Procedures (May 2014) 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (May 2014) 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (May 2014) 52_203-12 Limitation On Payments To Influence Certain Federal Transactions (Oct 2010) 52.204-4 Printed or Copied Double-Sided on Post consumer Fiber Content Paper (May 2011) 52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52,21543 Waiver of Facilities Capital Cost of Money (Oct 1997) 52.215-18 Reversion or Adjustment of Plans for Postretirement Benefits (PRB) Other than Pensions (July 2005) 52.216-11 Cost Contract - No Fee (Apr 1984) 52.217-2 Cancellation Under Multiyear Contracts (Oct 1997) 52.222-1 Notice to the Government of Labor Disputes (Feb 1997) 52.222-3 Convict Labor (June 2003) , 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) -52.222-35 Equal Opportunity for Veterans (Sep 2010) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED Contractor Name: UNIVERSITY OF MARYLAND Contract Number2014-14082800003 Page 28 of 28 1j, 52.222-37 Employment Reports on Veterans (Sep 2010) 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (May 2014) 52.222-50 Combating Trafficking in Persons (Feb 2009) ,52.223-6 Drug Free Workplace (May 2001) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (Aug 2011) 52.2-25-13 Restrictions on Certain Foreign Purchases (June 2008) 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement (Dec 2007) 52.227-14 Alt IV Rights in Data - General (May 2014) - Alternate IV (Dec 2007) 52.229-3 Federal, State and Local Taxes (Feb 2013) 52.232-20 Limitation Of Cost (Apr 1984) 52.232-24 Prohibition of Assignment of Claims (May 2014) 52.232-25 Prompt Payment (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 201-3) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.242-1 Notice of Intent to Disallow Costs (Apr 1984) 52.242-3 Penalties liar Unallowable Costs (May 2014) -52.242-13 Bankruptcy (July 1995) 52.244-6 Subcontracts for Commercial items ( ay 2014) 52.245-9 Use and Charges (Apr 2012) 52.246-23 Limitation of Liability (Feb 1997) 52.249-5 Termination For Convenience Of The Government (Educational And Other Nonprofit Institutions) (Sept 1996) 52.249-14 Excusable Delays (Apr 1984) .. Section J - List of Attachments Identifier Title Date Number of Pages J-1 List of Attachments 1) Statement of Work entitiled, "Solid Electrolytes for Lithium-ion Batteries, Rev 5" dated 11 'June 2014 UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 Fax From: Phone: Fax: Company Name: To: Phone: Fax: Company Name: Contracts Stephanie Swann/Monique Anderson 301.405.6269/301.415.6272 301.314.9569 University of Maryland 02 September 2014 Comments: Marcine- Attached is the most recent SOW I sent Stephanie while she was in the office. Thanks, F3E1 Urgent X 1 For Review fl Please Comment X Please 7 Please Reply Recycle Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED STATEMENT OF WORK FOR SOLID ELECTROLYTES FOR LITHIUM ION BATTERIES 2014 UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED DOCUMENT REV BY SECTIONS AFFECTED REV DATE V.1 6/11/14 ALL A v.2 6/26/14 Contractor Tasks V.3 6/26/2014 Contractor Tasks V.4 7/14/2014 Contractor Tasks V.5 8/19/2014 UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED 1.0 (U) NTRODUC 1 ION 1.1 (U) Problem / Background (U) This SOW defines the Sponsor's requirements for developing solid electrolytes for lithium- ion batteries. One of the key barriers to wide-spread use of lithium-ion batteries is their potential for catastrophic failure due to their lack of inherent abuse tolerance. When cells are thermally or electrically abused, as is often the case during high temperature operations, their temperature can rise and exothermic reactions between combustible, liquid electrolyte and the charged electrodes can cause the cells to undergo thermal runaway. This inherent safety obstacle demonstrates a clear need for a more stable lithium ion battery electrolyte. In addition, Agency operations frequently require the capability to make thin cells of various shapes in short periods that meet QRC (quick ction c bility) cons ints. The ionic liquid polymer electrolytes and garnet- type solid lithium-ion electrolytes described herein will further enable that capability. 1.2 (U) Project Objectives/Scope The project has two main objectives: 1.2.1 Develop a novel flexible solid polymer electrolyte possessing the conductivity of a conventional liquid electrolyte with the low volatility and mechanical properties of a solid. 1.2.2 Develop thin-film high-conductivity garnet-type solid lithium-ion electrolytes in low- interfacial-impedance tailored micro/nano-structures. 2.0 (U) CONTRACTOR TASKS The Contnictur shall perform the following tasks: UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED 2.1 (U) fe, High-Performance, Polymer Electrolytes for Lithium-Ion Batteries These tasks involve developing a novel flexible solid polymer electrolyte possessing the conductivity of a conventional liquid electrolyte with the low volatility and mechanical properties of a solid. 2.1.1 Fabricate coin cells containing Sulfur based polymer electrolyte systems The Contractor will synthesize and process a library of sulfur based ionic liquids blended with lithium conducting polymers. The Contractor will construct coin cells composed of these hybrid polymer electrolytes as well as mutually agreed upon anode and cathode materials in order to make initial conductivity and transference measurements. 2.1.2 Fabricate pouch cells containing Sulfur based polymer electrolyte systems The Contractor will produce complete microstructure, electrochemical characterization and safety performance of polymer ionic liquid hybrid electrolyte systems. The Contractor will develop and test single cells as fully functional lithium-ion battery systems. The Contractor will deliver 5 pouch cells demonstrating thicknesses of 0.5mm or thicker that can operate in the temperature range of 0-60� C. 2.1.3 Technology transfer The Contractor will aid in the transfer of all developed technology developed in Tasks 2.1.1 and Task 2.1.2 to the Sponsor's Facility. 2.2 (U) High-Energy-Density Solid-State Lithium-Ion Batteries with Customizable Form Factors UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED These tasks involve developing thin-film high-conductivity garnet- solid lithium-ion (Li-ion electrolytes in low-interfacial-impedance tailored micro/nano-structures. 2.2.1 Fabricate SSLiBs by ceramic processing with Sulfur and Lithiu Cobalt Oxide cathodes The contractor will fabricate SSLiBs via tape casting and screen printing and optimize the chemical and mechanical stability of the garnet-type solid Li-ion electrolyte with Lithium metal anodes and both Sulfur and Lithium Cobalt Oxide cathodes. The contractor will fabricate complete packaged SSLIBs with both cathode materials that possess various shapes and thicknesses in the range of 100 um to 2 mm. The performance of these SSLiBs will be evaluated to determine which cathode material is best capable of achieving the desired performance metrics discussed below. The packaged SSLiBs performance goals will be at least 10 years of calendar life and cycle life in excess of 5,000 cycles, with energy densities of at least 600 Wh/kg and at least 600Wh/L. The SSLiBs will be optimized for and evaluated over the temperature range from -30�C to 150�C and voltage range from 0 V to 5 V. The Contractor will fabricate and deliver 5 optimized performance batteries in form factors and cathode type specified by the Sponsor. 2.2.2 Option Task: 3D printing complete SSLiBs The Contractor will transition cathode fabrication to additive 3D printing to create linear SSE rod cathode scaffold structure and optimize the SSE rod aspect ratio and spacing to maximize energy and power density. The Contractor will fabricate, via 3D printing, complete packaged SSLiBs with a Sponsor selected cathode material that possess various shapes and thicknesses in the range of 100 um to 2 mm. The packaged SSLiBs performance goals will be at least 10 years of calendar life and cycle life in excess of 5,000 cycles, with energy density of at least 600 Wh/kg and at least 600Wh/L. The SSLiBs will be optimized for and evaluated over the temperature range from -30�C to 150�C and voltage range from 0 V to 5 V. The Contractor will fabricate and deliver 5 3D printed optimized performance batteries in form factors and cathode type specified by the Sponsor. UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED 2.2.3 Technology transfer The Contractor will aid in the transfer of all developed technology developed in Tasks 2. ption Task 2.2.2 to the S nsor's Facility. � and 3.0 (U) REPORTING REQUIREMENTS AND DELIVE B ES 3.1 (U) Reporting Deliverables The Contractor shall demonstrate that all performance obligations are met by providing monthly status reports on cost, schedule, and technical progress. 3.1.1 Kick Off Meeting� a kick off meeting / initial contract review for this program will be held at the Contractor's facility within 10 days of contract initiation. 11.2 Program Plan and Milestones � As part of the initial contract review, a program plan will be delivered that outlines the work to be performed and defines the milestone delivery dates. The plan will be updated as required to remain current with the program. 3.1.3 Program Spend Plan/ tracking budget � As part of the initial contract review, a program spend plan will be delivered that details the costs associated with the work to be performed. The plan will be updated as required to remain current with the program. 3.1.4 Monthly Highlights/Technical Report � the Contractor shall provide an electronic technical report of monthly progress to the COTR. A brief report is acceptable and expected. This report is due no later than the 10th day of the month after the reporting od. UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 r4R.....urtoair 3.1.5 Monthly Financial Report � the Contractor shall submit one copy to the contracting officer and one copy to the Sponsor's COTR monthly in a mutually agreed upon format, no later than the 10th day of the month after the reporting period. 3.1.6 Quarterly Reviews�shall be held as uire.d but generally on a quarterly basis. All reviews shall include current status and projections for both progress and schedule. The Contractor shall provide the COTR with electronic copies of the status review. 3.1.7 A Final Report and Final Briefing that summarize the technical accomplishments of this effort shall be delivered to the Sponsor at the project completion. The Final Report shall contain manufacturing process procedures and specifications for the materials to be developed and studied in this effort. Electronic copies of viewgraphs and technical summary materials shall be provided to the Sponsor's Technical Monitor, 3.1.8 Manufacture Control Documents for each task. Electronic copies of these documents will contain details of the fabrication procedure, the parts and supplier's information and quality controls. 3.2 (U) Polymer Electrolyte for Lithium-ion Batteries Hardware Deliverables The Contractor will provide each hardware deliverable after the completion of each of the followingtasks: 3.2.1 Per Task 2.1.1: All test data for hybrid polymer electrolytes investigated 3.2.2 Per Task 2.1.2: 5 optimized performance pouch cell batteries in a form factor specified by the sponsor. 3.2.3 Per Task 2.1.3: All test data and manufacturing documentation pertaining to the transfer of technology developed in Tasks 2.1.1 and Task 2.1.2 to the Sponsor's Facility. UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED 3.3 (U) Solid-State Lithium-Ion Batteries Hardwa e Deliverables The Contractor will provide each hardware deliverable after the completion of each of the following tasks: 3.3.1 Per Task 2.2.1: 5 optimized performance batteries in a form factor specified by the Sponsor. 3.3.2 Per Option Task 2.2.2: 5 3D printed optimized performance batteries in a form factor specified by the Sponsor. 3.3.3 Per Task 2.2.3: All test � .ta and manufacturing documentation pertaining to the transfer of technology developed in Tasks 2.2.1 and Option Task 2.2.2 to the Sponsor's Facility. 4.0 SPECIAL CONSIDERATIONS 5.0 (U) PERIOD OF PERFORMANCE The overall period of performance for this contract as set forth in Section F of the contract Schedule. Options detailed above may be exercised during this POP, but not to exceed 2 years. 6.0 SECURITY All work done and data and documentation generated under this contract will be unclassified. The association between the Contractor and the sponsor is unclassified. UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 UNCLASSIFIED 7.0 (U) COVE ENT FURNISRED PROPERTY No Government Furnished Property will supplied to the Contractor. UNCLASSIFIED Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 BUDGET JUSTIFICATION /COST PROPOSAL Contract Line Item NuMber 1 Cost Breakdown on Task 1 (Dr. Kofinas) Place of Performance: University of Maryland, College Park 2 Years (No Option Year) Annual and Total Budget Yr 1 Yr 2 Totals 9/15/14-9/14/15 9/15/15-9/14/16 09/14-09/16 P. Kolinas, Co-PI, 1 cal mo (8.33%) 17,062 17,744 34,806 Fringe benefits g30% 5,119 5,323 10,442 Graduate Student II, 12 cal mos (100%) 31,964 33,243 65,207 Fringe benefits @30% 9,589 9,973 19,562 Subtotal 63,734 66,283 130,017 Graduate Student tuition, 20creditslyear (0602/credit 12,040 12,762 24,802 Total Salaries 49,026 50,987 100,013 Total Fringe Benefits 26,748 28,058 54,806 Personnel Total 75,774 79,045 154,819 Equipment: 0 0 0 Travel: 0 0 0 Supplies: 12,000 12,000 24,000 Total Direct Costs 87,774 91,045 178,819 Indirect (0,52.0% MTDC 39,382 40,707 80,089 TOTAL REQUEST 127,155 131,753 258,908 F&A Base 75,734 78,283 154,017 Cost Breakdown by Task Total Costs Requested Contract Line Item Number 1 (for 2 Years) Task :1.1 - Fabricate coin cells containing Sulfur based polymer electrolyte systems (Sept 15, 2014 - March 14, 2014) $124,552 Task 1.2 - Fabricate pouch cells containing Sulfur based polymer electrolyte systems (March 15, 2015- September 14, 2016) $120,320 Task 1.3 - Technology Transfer (July 15- September 14, 2015 and July 15 - September 14, 20/6) $14,036 Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 Cost Breakdown on Task 2 (Dr. Wachsman) Place of Performance: 'University of Maryland, College Park Base: 12 months Option: 12 months Annual and Total Budget Base Period CLIN 2 Option Period CLIN 3 9/15/14-9114/15 9/15/15-9/14/16 E. Wachsma PI, 1. cal mo (8.33%) 25,253 26,263 Fringe benefits 4)30% 7,576 7,879 Graduate Student fl, 12 cal mos (100%) 31,964 33,243 Fringe benefits 430% 9,589 9,973 Post Doe, 12 cal mos (100%) 67,000 69,680 Fringe benefits (430% 20,1.00 20,904 Post Doe, 12 cal mos (100%) 69,680 Fringe benefits (430% 20,904 Subtotal :161,482 258,526 Graduate Student tuition, 20creditslyear (0,$602/credit 12,040 12,762 Total Salaries 124,217 198,866 Total Fringe Benefits 49,305 72,422 Personnel Total 173,522 271,288 Equipment: 76,000 0 Travel: Domestic 4,500 4,500 Supplies: 39,000 39,000 Total Direct Costs 293,022 314,788 indirect (452.0% mmc 146,111 157,052 TOTAL REQUEST 439,133 471,840 F&A Base 280,982 302,026 Cost Breakdown by Task Total Costs Requested. Contract Line Item Number 2 (Base Year) Task 2.1 - Fabricate SSLiBs by ceramic processing and compare performance with Sulfur and Lithium Cobalt Oxide cathodes (Smt 15, 2014 - September 14, 2015) $412,078 Technology Transfer (July 15- September 14, 2015) $27,055 CLIN 2 -Total in Base Year $439,133 Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 Contract Line Item Number 3 (Option Year) Task 2.2 - Integrate 3D printing to optimize ,petformance qf complete SSLiBs (Sept 15, 2015 � September 14, 2016) $443,703 Technology Transfer (July 15� September 14, 20/6) $28,137 CLIN 3 - Total in Option Year $471,840 Task 1 - Dr. Peter Kofinas group will be responsible for Task 1 of the proposed effort. Senior/Key Person - Dr. Peter Kofinas (Co-I'D :for 1 month per year (8.33% effort). Graduate Student - One graduate student (100% effort) in Dr. Kofinas group will be responsible for the monitoring and conducting of ongoing grant experiments and serve as lead experimenter on tasks dealing with polymer synthesis, characterization of microstructure, electrolyte processing, measuring conductivity and other metrics of performance, as well as battery cell construction. The graduate research assistant will be responsible for the collection and review of the data, and preparation of manuscripts for publication. Task 2 - Dr. Eric Wachsman group will he responsible for Task 2 of the proposed effort. Senior/Key Person - Dr. Eric Wachstnan (PI) 1 month per year (8.33% effort). Other Personnel: One postdoc (100% effort) will work in Base Year 1 & Option Year (Year 2). He/she will supervise graduate students in the fabrication and testing of solid state batteries and be responsible for optimization of cell design and implementation of packaging. One postdoc (100% effort) will work in Option Year (Year 2). He/she will develop 3D printing techniques for fabrication of controlled micro/nano-structures and fomi. factor Graduate Student - One graduate student (100% effort) in Dr. Wachsman group will be working on fabrication and testing of solid state batteries. The University of Maryland certifies faculty time expended on research projects as a percentage of effort rather than by using hours in accordance with OMB circular A-21. Graduate student stipend as shown in the budget is determined by the A. James Clark School of Engineering. Salaries for Pl.'s, Post does, and graduate students include a 4% increase in year 2 as to cover both merit and cost of living allowance. Fringe Benefits Benefits for faculties, postdocs and graduate students are estimated at 30%, based on previous experience for similar research agreements. University of Maryland provides a range of optional employment benefits for both faculty and graduate students including health care, dental and Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 vision insurance, life insurance and retirement plans. Because of the varying costs for different programs and differences in selections by employees, it is impossible to predict exact benefit costs and the University does not provide a single benefit rate on which to base calculations. The benefits charged to the award will be actual costs. Tuition for graduate students for 10 credits/semester (20 credits/year) (a% $602/credit. A 6% is added in year 2 for anticipated increase in cost. Equipment (on CLIN2 � Task 2 Base Year): The requested funds will be used to purchase a Glove box ($9,290) and Battery tester ($66,668) in yearl. Glove box is necessary for use with lithium metal anode for half cell testing to optimize cathode structure and initial anode infiltration work. Battery tester is necessary to take on additional battery development research. Currently PI has to use test stations by collaborating with other faculty on joint projects and these would not be available for this project. Travel ($4500 on CLIN2 � Task 2 Base Year, $4500 on CLIN 3� Task 2 Option Year): Funds are requested for domestic travel. Domestic travel is generally for attending scientific meetings such as the Electrochemical Society meeting/symposia on batteries to present the results of scientific research. An average estimated cost of $1500 per domestic trip is used based on a 4 day trip with a per diem (food and lodging) of $150, $400 for airfare, $400 for conference registration and $100 for incidentals (parking, taxi, etc.); 4*$1.50 : $400+$400 : $100=$1500. Materials and Supplies: The requested funds will be used to purchase the following list of materials and supplies, including the usage of the laboratory facilities in Maryland NanoCenter at the University of Maryland (www.nanocenter.umd.edu). '""EiEEET�julict(vottir: � ���:�E,EVoodo, ...�:�::::::::::,=::::::::::: E:E:ELEratts)n E:E:E:EUntrPrte EEE,,,EEEESIIITE�,,,5m.E Silver Tri , fluoroacetate Sigma 178 $2.00 $356.00 Ethyl 2-cyanoacrylate Sigma 148.5 $3.00 $445.50 Universal Vise (Adjustable SEM sample holder) Electron Microscopy Sciences 120 $5.00 $600.00 Argon I..JPC Gr 5.5 Size 300 Ai.rGas 194.04 $12.00 $2,328.48 Bis(trifluorom.ethane)sulfonimide lithium salt Sigma-Aldrich 114.5 $8.00 $916.00 Polyethylene Oxide 300k MIN, 1.00g Alfa Aesar 44.8 $5.00 $224.00 C-M�,A.a.."-} HS 7 IK.AMAG11) Package IKA� Works, Inc. 620 $2.00 $1,240.00 NMRI TEM/ SEM Facility time U. of Maryland $1.00 $889.54 EppendorP epTIPS, Sterile > Volume: 2 to 200,[it, Fisher 1.42.58 $3.00 $427.74 EppendorP epTIPS, Sterile > Volume: 50-1.000p.I., Fisher 1.42.58 $3.00 $427.74 Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 N-(3- Aminopropypinethacrylamide hydrochloride Polysciences 123 $20.00 $2,460.00 Poly(ethylene glycol) (n) monomethyl ether monomethacrylate Polysciences 114 $10.00 $1,140.00 Triethylsulfonium bis(trilTuoromethylsulfonyl) imide Sigma-Aldrich 109 $5.00 $545.00 Task 1 Year 1 budget total=$12,000 (rounded) ET4SkrYear ,,- r .EEEY0:000t Alfa Aesar iEiEiEl3iiiitOy 4 inn Price $160.00 ��E5)*C$;OE $640.00 99.9% Lithium foil - 100g 99% Li2CO3 - 2000g Alfa Aesar 1 $106.00 $106.00 99.9%1.2203 - 2500g GFS Chemicals 1 $247.50 $247.50 99.9% ZrO2 ---- 500g Sigma Aldrich 4 $92.80 $371.20 99.9% CaCO3 - 500g Sigma-Aldrich 1 $146.00 $146.00 99.9% Nb2O5 500g Sigma Aldrich 1 $377.00 $377.00 3% Y203 stabilized ZrO2 - 1000g Tosoh, Inc. 2 $127.00 $254.00 99% Ba(NO3)2 - 2500g Alfa Aesar 1 $132.00 $132.00 99.85% Ta205 - 500g Alfa Aesar 1 $657.00 $657.00 99.99% A1203 - 1000g In mat Advanced Materials 1 $185.00 $185.00 99.9% l'sAnCO3 - 5000g Inframat Advanced Materials 1 $190.00 $190.00 99.7% Co304 - 2500g Alfa Aesar 1 $777.00 $777.00 99.9% Fe2O3 - 5000g Materion 1 $250.00 $260.00 99.8% NiO - 250g Sigma Aldrich 1 $251.00 $251.00 99.9% Carbon black - 250g Alfa Aesar 1 $40.90 $40.90 Isopropanol - 1L UMD Chemistry Store 70 $13.00 $910.00 Toluene (1L) UMD Chemistry Store 50 $54.20 $2,710.00 "rapecasting mylar 6" Tape Casting Warehouse, Inc. 2 $214.00 $428.00 Benzyl butyl phthalate (1L) Sigma Aldrich 3 $128.50 $385.50 Polyvinyl butyral (100g) Sigma Aldrich 20 $22.40 $448.00 Menhaden fish oil (IL) Tape Casting Warehouse, Inc. 1 $25.00 $25.00 Highly Conductive Corrosion- Resistant 6101. Aluminum. 3 ft bar for current collector McMaster Carr 20 $15.61 $312.20 Aluminium foil - 0.001."x1.8"x500 Sigma Aldrich 1 $107.00 $107.00 Super-Conductive 101 Copper 2 ft bar for current collector McMaster Carr 30 $29.83 $894.90 Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 99.8% Copper foil - 0.025mmx30cmx1000cm Alfa Aesar 1 $115.00 $115.00 LDPE sheet 1/16" 48"x96" McMaster Carr 2 $37.00 $74.00 Titanium sputtering target 3" dia, 0.125" thick Sigma-Aldrich 2 $574.00 $1,148.00 3-pack synthetic sponge :for spring McMaster Carr 10 $16.92 $169.20 1/8" thick high strength carbon fiber panel 12"x24" McMaster Carr 20 $175.00 $3,500.00 Misc nuts, bolts and screws McMaster Carr 1 $300.00 $300.00 High speed steel drill bits Drill Master 4 $15.99 $63.96 Thermocouples Omega 10 $50.00 $500.00 Sensor-computer interface boards National Instruments 3 $179.00 $537.00 Kimtech wipes (1 pack) Fisher 50 $8.42 $421.00 Yttrium(III) nitrate hexahydrate Sigma-Aldrich 2 $57.50 $115.00 Zirconiurn(INT) acetylacetonate Sigma-Aldrich 2 $37-60 $75.20 Lanthanum(III) nitrate hexahydrate Sigma-Aldrich 2 $108.00 $216.00 Niobium(V) ethoxide Sigma-Aldrich 2 $81.10 $162.20 Tantalum(V) chloride Sigma-Aldrich 2 $40.60 $81.20 Terpineol - 2.5L Alfa Aesar 1 $283.00 $283.00 Glass screwcap vials - 100pk UMD Chemistry Store 4 $30.00 $120.00 800 grit SiC sandpaper - 100pk Fisher 5 $217.00 $1,085.00 Weigh paper - 500pk Fisher 5 $7.00 $35.00 Weigh boat - 250pk Fisher 6 $39.00 $234.00 50 mL�A.1203 furnace crucibles Advalue Technology 1 $14.67 $14.67 A1203 crucible covers Advalue Technology 18 $6.78 $122.04 Cotton-tipped applicators - 1000pk. Fisher 10 $20.40 $204.00 SEM (1 hour) UMD 100 $40.00 $4,000.00 XRD (1 hour) UMD 180 $25.00 $4,500.00 TEM (1 hour) UMD 50 $63.00 $3,150.00 XPS (1 sample) UMD 20 $200.00 $4,000.00 FIB-SEM (1 hour) -LAID 40 $50.00 $2,000.00 ALD process (1 hour) UMD 15 $62.00 $930.00 Task 2 Base Year (Year 1) budget total=$39,000 (rounded) L i1 Price Sum Bis(trifluorornethane)sulfonimide lithium salt Sigma-Aldrich 114.5 $8.00 $916.00 Triethylsulfonium bis(trifluoromethylsulfonyl) imide Sigma-Aldrich 109 $4.00 $436.00 Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 Feather Safeshield Blade ttl 1 10/Box Fisher Scientific 42.4 $6.00 $254.40 Fisherbrand General-Purpose Broad-Tipped Forceps Fisher Scientific 10.93 $5.00 $54.65 Tooled Neck Vial, N-51A Borosilicate Glass, 5 dram capacity Kimble Chase 131.33 $5.00 $656.65 Tooled Neck Vial, N-51A Borosilicate Glass, 1 dram capacity Kimble Chase 233.9 $4.00 $935.60 Atnmonium Chloride Sigma 47.9 $5.00 $239.50 Copper(II) oxide Sigma 54.3 $5.00 $271.50 Poly(ethylene glycol) diacrylate Sigma 71 $5.00 $355.00 2-Hydroxyethyl methacrylate Sigma 8.11 $3.00 $24.33 Poly(ethylene glycol) diactylate average Mn 700 Sigma 28.7 $5.00 $143.50 Ethanol Sigma 52.5 $5.00 $262.50 Iron(H) sulfate heptahydrate Sigma 45.5 $3.00 $136.50 Silver nitrate Sigma 112.5 $4.00 $450.00 Sulfuric Acid Sigma 328 $7.00 $2,296.00 Hydrogen Peroxide Sigma 104.5 $2.00 $209.00 Nation Membrane Ion Power Inc 132 $4.00 $528.00 Round Bottom Flask SPI Supplies 61.16 $12.00 $733.92 CG-1530-01 Flask, Round-bottom, 250 ml, 4 neck flask Chetnglass 124.95 $3.00 $374.85 Argon UPC Gr 5.5 Size 300 AirGas 194.04 $10.00 $1,940.40 Eppendorr epTIPS, Sterile > Volume: 0.1 to 200, Fisher 121.46 $3.00 $364.38 NMR/ TEm/ SEM Facility time U. of Maryland $417.32 Task 1 Year 2 budget tota =$12,000 (rounded) TaSICZ (Option Year- Year .2Fi i00401�. Goodfellow ) 1 Unit Price $400.00 gi$0.0v$igi $400.00 LDPE powder 2000g 3D printer microliter tips Nscrypt 10 $100.00 $1,000.00 99.9% Lithium foil - 100g Alfa Aesar 4 $160.00 $640.00 99% Li2CO3 - 2000g Alfa Aesar 1 $106.00 $106.00 99.9% La203 - 2500g (ES Chemicals I $247.50 $247.50 99.9% ZrO2 - 500g Sigma Aldrich 4 $92.80 $371.20 99.9% CaCO3 - 500g Sigma-Aldrich 1 $146.00 $146.00 99.9% Nb2O5 500g Sigma Aldrich I $377.00 $377.00 3% Y203 stabilized ZrO2 - 1.000g Tosoh, Inc. 2 $127.00 $254.00 99% Ba(NO3)2 - 2500g Alfa Aesar 1 $132.00 $132.00 Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 99.85% Ta205 - 500g Alfa Aesar 1 $657.00 $657.00 99.99%A1203 - 1000g In framat Advanced Materials 1 $185.00 $185.00 99.9% MnCO3 - 5000g Inframat Advanced Materials 1 $190.00 $190.00 99.7% Co304 - 2500g Alfa Aesar 1 $777.00 $777.00 99.9% Fe203 - 5000g Materion 1 $250.00 $250.00 99.8% Ni0 - 250g Sigma Aldrich 1 $251.00 $251.00 99.9% Carbon black - 250g Alfa Aesar I $40.90 $40.90 Isopropanol - 1L UMD Chemistry Store 50 $1.3.00 $650.00 Toluene (1L) 'UMD Chemistry Store 30 $54.20 $1,626.00 Tapecasting mylar 6" Tape Casting Warehouse, Inc. 2 $214.00 $428.00 Benzyl butyl phthalate (1L) Sigma Aldrich 3 $128.50 $385.50 Polyvinyl butyral (1.00g) Sigma Aldrich 20 $22.40 $448.00 Menhaden fish oil (1L) Tape Casting Warehouse, Inc. 1 $25.00 $25.00 Highly Conductive Corrosion- Resistant 6101. Aluminum 3 ft bar for current collector McMaster Carr 20 $15.61 $312.20 Aluminium foil - 0.001x18x500 Sigma Aldrich 1 $107.00 $107.00 Super-Conductive 101 Copper 2 ft bar for current collector McMaster Carr 30 $29.83 $894.90 99.8% Copper foil - 0.025mmx30cm.x1000cm. Alfa Aesar I $115.00 $115.00 LDPE sheet 1/16" 48"x96" McMaster Carr 2 $37.00 $74.00 Titanium sputtering target 3" di.a, 0.125" thick Sigma-Aldrich 2 $574.00 $1,148.00 3-pack synthetic sponge for spring McMaster Carr 10 $16.92 $169.20 1/8" thick high strength carbon fiber panel 12"x24" McMaster Carr 20 $175.00 $3,500.00 Misc nuts, bolts and screws McMaster Carr 1 $300.00 $300.00 High speed steel drill bits Drill Master 5 $15.99 $79.95 Thermocouples Omega 10 $50.00 $500.00 Sensor-computer interface boards National Instruments 3 $179.00 $537.00 Kimtech wipes (1 pack) Fisher 45 $8.42 $378.90 Yttriutn(III) nitrate hexahydrate Sigma-Aldrich 1 $57.50 $57.50 Zirconium(IV) acetylacetonate Sigma-Aldrich 2 $37.60 $75.20 Lanthanum(III) nitrate hexahydrate Sigma-Aldrich 2 $108.00 $216.00 Niobium(V) ethoxide Sigma-Aldrich 2 $81.10 $162.20 Tantalutn(V) chloride Sigma-Aldrich 2 $40.60 $81.20 Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 Terpineol - 2.5L Alfa Aesar I $283.00 $283.00 Glass screwcap vials - 100pk UMD Chemistry Store 4 $30.00 $120.00 800 grit SiC sandpaper - 100pk Fisher 1 $217.00 $217.00 Weigh paper - 500pk Fisher I $7.00 $7.00 Weigh boat - 250pk Fisher 2 $39.00 $78.00 50 ml..�A.1203 furnace crucibles Advalue Technology 15 $14.67 $220.05 Al2O3 crucible covers Advalue Technology 15 $6.78 $101.70 Cotton-tipped applicators - 1000pk. Fisher 5 $20.40 $102.00 SEM (1 hour) UMD 100 $40.00 $4,000.00 XRD (1 hour) UMD 200 $25.00 $5,000.00 TEM (1 hour) UMD 50 $63.00 $3,150.00 XPS (I sample) UMD 20 $200.00 $4,000.00 FIB-SEM (1. hour) UMD 50 $50.00 $2,500.00 ALD process (1 hour) UMD 15 $62.00 $930.00 Task 2 Option Year Year 2) budget total=$39,000 (rounded) Facilities am! Administrative (F&A) Costs: University of Maryland calculates its overhead cost rates and negotiates these with the U.S. Health and Human Services Audit Agency acting on behalf of all 'federal Agencies. The current on-campus rate is 52.0%. Federal Cognizant Audit Agency: DHHS Office of Audit, Region III 150 South Independence Mall West, Suite 316, Philadelphia, PA 19106-3499 Point of Contact: Stephen Virbitsky Phone: (215) 861-4470 Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 QUOTATION L iarighing Flu University of Maryland Energy research Cenwr 120 Engineering Lab Building College Park, MD 201.42-2115 Tel.: 001) 4O5-9303 binghu(4-2)urndedu Item Qty Description 1 1 Model VMP3-C11.A.S. Vivi P3 chassis � 18 slots �� NO channel- including EC-Leh Egii.ess & EC- Lab software 2 14 Model Vr...1P3��01. Poteritiostatigalvanostat board Onsluding 1.5m sell cable) ��� uses one slot � �400 mkt 20 V adjustable AeAtorized ITA Model Vr-...1Par.L-U1. Potentiestatigalyanostat board wiFIS - (includes 'I 5m cdI cable) � uses 'I slot - -�400 mA /20 Yaduotabie i EIS from 10 pl-lz to 1 MHz Total Extended Price: _ 7.4.� Fedwal identification Number. 26-C6303211 Remit.tan: Biologic USA, LAX,: P .0. F3cfz 3i7i0i7i9; (no>MIie, TN 379CI Bo-Logic USA, !if 9060 Exacurtry? Park Drive Financial PIam SE.Itte USC KnonIlle. TN 72:7923 Telephme: F.&:..769-3M0 Fax- 685-7Cx9-3;301 Y22hALLAIII_Q (it c:,!f,: Date 8.!8.12014 Quote No.: 023121UMDWE inquiry No: Valid Until. Tuesday, Novembet 4 2014 .Terms: Net 30 Days F.0.19 K.noxville, TN PP &Add Dervery- 30 Days APO NOt. List Price Unit Price Exton ded Price :.:21 .515.00 .T19,793.80 ::19,793.80 $2,940.00 $2,704.80 $37,867.20 $4,896.00 $4,6n40 $9,008.80 $613,66L00 \Afilliam F. El.iciaff:, Sal a-7: Enriineer hore: FaY.065.759-3001 ,2_Fp Eli'. N urv&al ez: are .a.ibja.-..t to credit. approval. Prices we or IJ SA domedic i. This :.-1L-t-rte, and any si..itiDaquent older, iE:E:ubled to applicable Die,. IcA.-..fic USA. LLC term rd cordttionF: if required. 5,aleF: taY vvili be invoiced and colledal Die-Logic LISA, L.LO. UnleFs spedficaliy quoted "&2 stipping charge'2 II oc added to oicoc f Ct any prodJetrs :shipped t_Yy. Bio-Logic USA, LLC. USA.. LLC products are ;.nariLrfw_tured ci id;drit.kited ao-IO:n:: SAS, Claix A pui;.:L~ha crder r contrw_l. for aIt. e ci itci trom 9;0-I0:1W2 USA: LLCIrs quotation 1er the axput o1 aoods-, V2chroloay or '2erviC,2S is subject to the Er,,C.It COritrOi Lifrty..s and uFotions ofthe UnIted Status. As o r2S:A, the u..T.:ort otcuc goork, ar:d c...-.:nsequent re-e.xport of cod ooci. may require Cr: e...T.:mt linane prior to hiprrier:t I pal due invc.ice v-AII he c.harge::1 .1 .2.3% it:e amount paF:t due, per month, or the ma..4T:i.arri allcAked !-.:y jaw. 0ffi20.1 P wie 1 of Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 LC Technology Solutions Inc. 2C Fan aras Drive Salisbury, MA 01952 USA Voice: 978-255-1620 Fax: 978-428-0222 Dr, Eric D. Wachsman Un iversity of M aryland 1206 Engineering Lab Building University of M aryland College Park, MD 20742-2115 United States Quote Number: LCT-14-660 Quote Date: Aug 6, 2014 Page: 1 00 1,00 CBT-2 0 TC-101 IC- 201 TC-304 TC-402 CR-023 IC- 601 Double length bench top glovebox antechamber. System will be labeled for Self Installation, LC Technology will supply unlimited phone and email support at no additional charge, 1 Year Limited Manufacturer Warranty Delivery Terms: 45- 90 Days ARO & Approval of Engineering Drawings FOB Shipping Point Prepay &Add - Freight Charges Additional Crating & Processing Fee. This charge is or addl packaging to ensure your sensilive equipment is transported safely. (1) Crate: 841x36"Wx47"H, Gross: 660Ibs Net 30 Days Please note the above referenced equipment pricing reflects a 15% academic discou nt. Subtotal 1 Sales Tax 25.001 8925.00 365.00 365.00 9.290.00 Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 LC Technology Solutions Inc. 2C Fanaras Drive, Salisbury, MA 01952 Tel: (978) 255-1620 Email info@Ictechinc,com LCBT-210 Bench Top Gloirebox LCBT-210 Bench Top Glovebox Shown with Optional Accessories Features: � Compact design fits on any standard bench top. � All stainless steel construction, � All welded one piece radius corner design. � All stainless steel antechamber. � Quick release front window. � Positive or negative pressure design. Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 Page 2 To Order Call: 978-255-1620 The LCBT-210 glovebox is a system specifically designed for your laboratory bench top. It easily fits on any standard bench top. This system is available as a purge system. The system has a one piece radius corner construction that al- lows for easy cleaning. It is compact and light weight in design. Easily moved from room to room or location to location. A small antechamber is supplied for easy transfer of samples/ parts into and out of the system. The system is also equipped with a quick release window. Application(s): � Containment of powders � Weighing of air sensitive samples � Potent compound handling � Air sensitive chemistry � Humidity controlled experiments � Storage of air sensitive materials � Inert gas welding � Hermetic sealing � Crystal mounting � Worker protection/safety � Handling of biohazards Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 LC Technology Solutions Inc. Standard Items List for the LCBT-210 Bench Top Glovebox Page 3 � All stainless steel construction � All stainless steel Swagelok valves and fittings � One piece radius corner design (for easy cleaning) � Lexan front window � Quick release front window . Adjustable bin storage unit (adjustable shelving) � Four (4) glove ports � Two (2) pairs butyl gloves � One (1) 115V Electrical feedthrough with a six (6) outlet power strip � Two (2) LED light fixtures . All stainless steel antechamber; size 8" diameter x 15"L � All stainless steel door arms . All stainless steel doors; 8" diameter opening � Flowmeter with shutoff valve for gas inlet � Automatic overpressure release valve for gas outlet � Dimensions: 62'W x 30"H x 24"D Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 LCBT 2 0 Layout Drawing a ,j.r IF 1 LC Technology Solutions Inc. 2C Fanaras Drive Salisbury, MA 01952 Phone: 978-255-1620 Fax: 978-428-0222 E-mail: infogrtechinc.com Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 LC TECHNOLOGY SOLUTIONS INC. 2C FOIXIM5 Driirg Suisbuzy, MA 01952 Mom: 978-255-1620 RUM 978-428-0222 E-icihroactecitraczton 4 Web' wwwictechttwom TERMS & CONDITIONS Quotations for equipment manufactured by LC Technology Solutions, Inc., including pricing and delivery information, are valid for 30 days from date of issuance. The quotation remains valid unless otherwise noted in writing. LC Technology Solutions, Inc, will adjust the quotation if the customer calls for engineering changes, if additional features are added to the equipment or otherwise if a design change is made. Purchase Orders submitted to LC Technology Solutions, Inc, will be accepted in writing by LC Technology Solutions, Inc. within fourteen days of receipt. Terms and conditions specified on the customer purchase order will be void unless consistent with all terms and conditions outlined by LC Technology Solutions, Inc. in writing. Once a customer purchase order is submitted, LC Technology Solutions, Inc. recognizes a contract with the customer for goods to be supplied. Alterations or cancellation of the purchase order will result in additional charges, penalties or restocking fees to be determined by LC Technology Solutions, Inc, based upon the specific circumstances presented by the alteration or cancellation. A typical cancellation will result in a 30% restocking charge. Terms of payment for LC Technology Solutions, Inc. equipment are net 30 days from date of shipment without exception unless specified in writing. 1.5% Finance charge will be added monthly to all invoices past Net 30 days. Delivery indicated on the quotation, in business days, is estimated from the date of receipt of the customer purchase order, pending receipt of completed information allowing LC Technology Solutions, Inc, to proceed with the process of producing the specified equipment. Design alterations and approval requirements supersede previously indicated delivery information. Customer is responsible for all shipping and packaging material charges unless noted otherwise on the provided quotation. Taxes related to the sale of merchandise by LC Technology Solutions, Inc. will be invoiced where applicable. The customer is responsible for advising LC Technology Solutions, Inc, about any tax exemptions. Warranty is granted to all customers purchasing LC Technology Solutions, Inc, equipment for one year from the receipt of merchandise, unless otherwise specified in writing including blowers, vacuum pumps, and compressors. Customers must perform the required preventative maintenance as described in the Operations Manual or the warranty becomes null and void, i.e., changing dust filters and oil in the vacuum pumps. Expendable items, such as filters, filter material, gloves, etc., are not covered by the LC Technology Solutions, Inc, warranty. In addition to expendable items, additional equipment not covered by the LC Technology Solutions, Inc, warranty includes any and all equipment LC Technology Solutions, Inc, purchases from a third party such as chillers, spin coaters, evaporators, etc. Such equipment will carry the OEM's standard warranty. The warranty implies that LC Technology Solutions, Inc. will do everything appropriate within its power to rectify problems with defective equipment. LC Technology Solutions, Inc, will repair or replace any part that is determined to be defective from the time it was received by the customer. In matters of components returned to LC Technology Solutions, Inc, for warranty claims, shipping charges are to be paid by the customer. Any component or system that is altered, modified or misused according to its set purpose will not be applicable under the terms of the LC Technology Solutions, Inc, warranty. Warranty on custom systems will be voided unless installed by trained LC Technology Solutions, Inc. personnel. Claims for shortage, damage or other purposes are to be made to LC Technology Solutions, Inc. within 30 days of receipt or at the time of installation, whichever comes first. Claims for damages incurred in shipping are the responsibility of the customer, unless specified in writing. Customers are advised to scrutinize the equipment upon delivery and to note any sign of physical disturbance to the shipment. Claims for shipping related damages should be directed to the trucking company or the customer's shipping insurer, LC Technology Solutions, Inc, will assist its customer with equipment damaged or rendered inoperable due to damage in shipping in any way possible and each case will be treated on an individual basis. Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 A. James Clark School of Engineering Graduate Assistant Scale FY 16 9 Month Assistantship Step II :���:.:Ept7.:,:!..7nEmEE:4EEEEEEEEE Stdp II of 1'I/IS s of 17,738.27 18,093.03 18,802.56 19,178.61 19,930.72 Step Ill as ofElEtUlkE. 20,329.33 12 Month Assistantship s.oit.):::::,,g,T.EEEEEEEEEEEEEEEEEEEEEEEEE 29,563.78 30,155.05 31,337.60 31,964.36 33,217.86 33,882.22 Summer Step II (full rate) $WII 5,912.76 11,825.51 6,267.52 12,535.04 6,643.57 VT. 13,287.14 Per Graduate School Policy, all graduate assistants at a particular step, in a particular unit, should receive the same stipend rate. Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 ORIGINAL COLLEGES AND UNIVERSITIES RATE AGREEMENT BIN: 15-20710851 ORGANIZATION: University of Maryland - College Park 1132 Main Administration Building College Park, MD 20742-5035 DATE:06/28/2012 FILING REF.: The preceding agreement was dated 06/07/2011 The rates approved in this agreement are for use on grants, contracts and other agreements with the Federal Government, subject to the conditions in Section III. SECTION I: INDIRECT COST RATES RATE TYPES: TYPE FIXED EFFECTIVE PERIOD FROM FINAL TO PROV. (PROVISIONAL) PRED. RATE(%) LOCATION (PREDETERMINED) APPLICABLE TO PRED, 07/01/2010 06/30/2011 50 . 00 On-Campus Organized Research PRED. 07/01/2011 06/30/2015 52 . 00 On-Campus Organized Research PRED. 07/01/2010 06/30/2015 26.00 Off-Campus Organized (1) Research PRED. 07/01/2010 06/30/2015 27.50 Off-Campus Organized Research PRED. 07/01/2010 06/30/2011 50.00 On-Campus Instruction PRED. 07/01/2011 06/30/2015 56.00 On-Campus Instruction PRED. 07/01/2010 06/30/2015 26.00 Off-Campus Instruction (A) PRED. 07/01/2010 06/30/2015 27.50 Off -Campus Instruction (B) PRED. 07/01/2010 06/30/2015 38.50 On-Campus Other Spans Activities PRED. 07/01/2010 06/30/2015 26,00 Off-Campus Other Spans (A) Activities PRED. 07/01/2010 06/30/2015 27.50 Off-Campus Other Spans (B) Activities PRED, 07/01/2010 06/30/2015 10.00 Off -Campus IPA* (A) ge (B) Page 1 of 4 Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 TYPE FROM TO RATE(%) LOCATION APPLICABLE TO PROV. 07/01/2015 Until Use same rates Amended and conditions as those cited for fiscal year ending June 30, 2015. *BASE Total direct costs excluding capital expenditures (buildings, individual items of equipment; alterations and renovations), that portion of each suhaward in excess of $25,000; hospitalization and other fees associated with patient care whether the services are obtained from an owned, related or third party hospital or other medical facility; rental/maintenance of off-site activities; student tuition remission and student support costs (e,g., student aid, stipends, dependency allowances, scholarships, fellowships). (A) Off-Campus, Remote - Activities performed outside commuting area of College Park, Maryland. (B) Off-Campus, Adjacent - Activities performed within commuting area of College Park, Maryland. IPA* - Intergovernmental Personnel Act Agreements Page 2 of 4 1J20445 Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 ORGANIZATION: University of Maryland - College Park AGREEMENT DATE: 06/28/2012 SECTION II: SPECIAL REMARKS TREATMENT OF FRINGE BENEFITS: The fringe benefits are specifically identified to each employee and are charged individually as direct costs. The directly claimed fringe benefits are listed below. TREATMENT OF PAID ABSENCES Vacation, holiday, sick leave pay and other paid absences are included in salaries and wages and are claimed on grants, contracts and other agreements as part of the normal cost for salaries and wages. Separate claims are not made for the cost of these paid absences. OFF-SITE DEFINITION: For all activities performed in facilities not owned by the organization and to which rent is directly allocated to the project(s), the off-site rate will apply. Projects partially performed off-site are apportioned between their on-site/off-site components when projects activity is conducted off-site for at least three consecutive months. Fringe Benefits Include: FICA, Retirement, Tuition Remission, Vision Care, TIAA/CREF, Unemployment Insurance and Health Insurance. Equipment means an article of nonexpendable tangible personal property having a useful life of more than one year, and an acquisition cost of $5,000 or more per unit. The RESEARCH base includes University expenditures related to grants and contracts conducted at the following facilities: Agricultural Experiment Station, Cooperative Extension Service. Effective 07/01/10, the RESEARCH base no longer includes grants and contracts conducted by the University of Maryland Biotechnology Institute (UMBI). The Center for Advanced Research in Biotechnology (CARE) is now the Institute for Bioscience and Biotechnology Research (IBBR) and is a department of the University of Maryland - College Park. This is an amendment of the June 7, 2011 Rate Agreement to include Off- Campus, Adjacent rates for Instruction and Other Spans Activities. All other terms and conditions are unchanged. Page 3 of 4 Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 ORGANIZATION: University of Maryland - College Park AGREEMENT DATE: 06/28/2012 SECTION III: GENERAL A. LIMITATIONS): The rates in this Agreement are subject to any statutory or administrative limitations and apply to a given grant, contract or other agreement only to the extent that funds are available. Acceptance of the rates is subject to the following conditions: Cl) Only costs incurred by the organization were included tn its facilities and administrative cost pools as finally accepted: such costs are legal obligations of the organization and are allowable under the governing cost principles; (2) The same costs that have been treated as facilities and administrative costs are not claimed as direct costs; (3) Similar types of costs have been accorded consistent accounting treatment and (4) The information provided by the organization which was used to establish the rates is not later found to be materially incomplete or inaccurate by the Federal. Government. In such situations the rate (a) would be subject to renegotiation at the discretion of the Federal Government. B. ACCOUNTING CHANGES- This Aereement is based on the accounting system purported by the organization to he in effect during the Agreement period, Changes to the method of accounting for costs which affect the amount of reimbursement resulting from the use of this Agreement require prior approval of the authorized representative of the cognizant agency. Such changes include, but are not limited to, changes in the charging of a particular type of cost from facilities and administrative to direct. Failure to obtain approval may result in cost disallowances. C. FIXED RATESe If a fixed rate is in this Agreement, it is based on an estimate of the costs for the period covered by the rate. When the actual costs for this period are determined, an adjustment will be made to a rate of a future year(s) to compensate for the difference between the costs used to establish the fixed rate and actual costs. D. USE HIMHBRATPREAL...ADENCIgat The rates in. this Agreement were approved in accordance with the authority in Office of Management and Budget Circular A- 21 Circular, and should be applied to grants, contracts and other agreements covered by this Circular, subject to any limitations in A above. The organization may provide copies of the Agreement to other Federal Agencies to give then early notification of the Agreement. E. OTHER. If any Federal contract, grant or other agreement is reimbursing facilities and administrative costs by a means other than the approved rate(s) in this Agreement, the organization should (1) credit such costs to the affected programs, and (2) apply the approved rate(s) to the appropriate base to identify the proper amount of facilities and administrative costs allocable to these programs. BY THE INSTITUTION: University of Maryland College Park (INST (SIGNATURE) Wallace B. Loh (NAME) ' President.: ON BEHALF OF THE FEDERAL GOVERNMENT: DEPARTMENT OF HEALTH AND HUMAN SERVICES (AGENCY) Darryl W. Mayes (NAME) Director, Mid-Atlantic Field Office (TITLE) (TITLE) 7/6/2012 (DATE) 6/20/2012 (DATE) 0445 HMS REPRESENTATIVE; Telephone: Steven Zuraf (301) 492-4855 Page 4 of 4 Approved for Release: 2019/08/12 C06547178 OR &NAL COMPONENTS OF PUBLISHED FACILITIES AND ADMINISTRATIVE COST RATE Institution: FY Covered by Rate: Type of Rate: oo r-- RATE OOMPONENTS: L.r) 6IC1g & knprev - IlDepriUseAtiovy CD Equipment DepriUSe Allow (NI 8 Interest CD 8 Operations & Maintenance Library c\I Administrative Component a) Total 8 CONCURRENCE: -cs (1-017,e a) University of Maryland, College Park July 01, 2010 June 30, 2015 Organized Research OFF ON ON OFF Adjacent FY '11 FY .12 -15 FY '11 - ' 5 FY 11 - '15 2.5 3.5 3.0 2.0 2.4 1.0 15,0 18.0 1.5 1.5 1.5 MCI. 26.0 26.0 26.4 $0.0 52.0 26.0 27.5 Signature Wallace D. Loh Name President Title 716/Z012. Date instruction ON FY '11 2.5 3.0 2.0 15,0 1.5 26.0 50.0 ON OFF FY.12 -`15 � ry�11-� 5 3.5 to 1,0 16.0 8.5 26.0 26.0 56,0 26.0 OFF Adjacent FY .11 -15 1.5 26.0 275 Other S onsored Activi OFF ON OFF ,Macent FY 11 FYI1 -'15 FY '11 -15 1.5 1.0 0.5 8.0 1.5 1.5 26.0 26.0 26.4 38.5 26,0 27.5 Approved for Release: 2019/08/12 C06547178 CY- CY) X UNCLASSIFIED Approved for Release: 2019/08/12 CO6547178 CONTRACT DOM AMDIDMIEN4T OF SOUCrrATIONJMODMCATTON 07 CONTRACT vpAGE 1 OF 4 REQUISmottiPURCHASE KO NO ADORESS OF CONTRACTOR (Ns attest couy nd ZIP Coda) UNIVERSITY OF MARYLAND 3121 lee building COLLEGE PARK, MD 20742 FAciurr )t) 9A AVENOVINT Of SOUCITAUOP4 NO TED OA MODIF1CAT1O 2014-14082 NO 100 DATED (SEE RE 11) 09/04/2014 11 THIS ITEM ONLY APPUES TO AMENDMENTS OF SOLICiTATIONS IDThe stove numbeed sdicrtetticri is amanded as ad forth in item 14 The hour and date specified for receipt of Offers - Ottani must adinowledgc meet of ihis emenchnord prior to the hour and date specified in the sofictabon or es enended. by one d the Wowing niettede (e) By ownplefing awns 0 and 15 and returning co pWs at to. amendment (b) By achrtnivedgim receipt of the amendment on each espy of Me ear subindted, or (c) By pewee lettey or teiewern which ON:Ludes a reference to the soestation and amendment numbers FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPEC FIED MAY RESULT IN REJECTION OF YOUR OFFER If by virtue ol this amendment your desire to change an otter steady submitted such change rttay be made by telegram at letter provided each talagnsm or ICON Reims reterance to the sokitstion and the itmendmarit, and Is received prior to the awing hour and dote specified 12 ACCOINTINO iV40 APPROPKIATKIN TA (E 13, THIS ITEM ONLY APPLIES TO MODIFICATION OP CONTRACTS/ORDERS, IT MODIFiES THE CONTRACTKADER NO, AS DESCRIBED N ITEM 14. CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A B. THE AROVE NUMIARED ZONTAACt �hob% I MODIFIED TO fiEFLECT THE ADMINISTRATIVE CHARGES (much as chemise in WON efIko, eppropnation date, atc ) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43 103(b) C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF X D. OTHER (Specey type of modification and euthorIty) No Cost Period of Performance Extension of CUR 0002 per letter dated 25 August E. IMPORTANT: Contractor El IS rid, is Required to sign Mrs document and return CODAS to issuing Woe. 14 OF-SCRIPTIOR OF AINERIAIENTRAODIFICATION Pliblbad by uOY max meengs. ircesne watentovcontred taboo menu Wee Webb ) No Cost Period of Performance Extension of CLIN 0002 per letter dated 25 August 2015 Approved for Release: 2019/08/12 CO6547178 Approved for Release: 2019/08/12 C06547178 Approved for Release: 2019/08/12 C06547178 *NCI ASSURED Approved for Release: 2019/08/12 CO6547178 Page 3 of 3 0 8258,905.000(8 Contractor Name: UNIVERSITY OF MARYLAND Contract Number.2014-14082800003 Modification Number. 001 Section B - Supplies or Services and Prices/Costs 014- 09l0312018 ild1111$11' SERVICE ill Approved for Release: 2019/08/12 CO6547178 Problem and Project Objective One of the key barriers to the wide-spread use of lithium-ion batteries for DoD applications is their potential for catastrophic failure due to their lack of inherent abuse tolerance. When cells are thermally or electrically abused, their temperature can rise and exothermic reactions between the combustible, liquid electrolyte and the charged electrodes can cause the cells to undergo thermal runaway. There is a clear need for a more stable Lithium-ion battery electrolytes. The aim of this project is to better understand the electrochemical properties and microstructure of novel thin film non-flammable solid polymer electrolytes and solid state (ceramic) garnet based electrolytes with enhanced performance. The proposed project has two objectives: (1) Develop a novel flexible solid polymer electrolyte possessing the conductivity of a conventional liquid electrolyte with low volatility and mechanical properties of a solid; and (2) Develop thin-film high- conductivity garnet-type solid lithium-ion electrolytes in low-interfacial-impedance tailored micro/ structures. The corresponding research would follow two parallel tasks: Task 1: Safe, High-Performance Polymer Electrolyte for Lithium Batteries Approved for Release: 2019/08/12 CO6547178 Dr. Ko research up at University of Maryland ha_s developed a novel flexible solid polymer electrolyte that promises the conductivity of a conventional liquid electrolyte with the low volatility and mechanical properties of a solid. Previous efforts based on the complex of PEO and alkali metals salts resulted in low ionic conductivity (-0.01 mS/cm) at room temperature and was inadequate for practical use at higher current densities. Inclusion of a secondary block copolymer, lower molecular weight polymers, ce ic particles or carbonate solvents also resulted in poor performance. The ICo group has developed electrolytes with conductivities as high as (0.7 mS/cm at 37�C, and 0.1 mS/cm at room temperature) by blending sulfur based ionic liquids (IL) with ionically conductive polymer matrices, The polymer / IL films form homogeneous free standing solid membranes (Figure 1), which are strong enough to be rolled and manipulated by hand and possess wide electrochemical stability while remaining non-combustible. Figure I Thin film electrolyte � 5cm x 2 Reversible cathodic stability in the polymer-IL hybrid electrolyte was attained using cyclic voltammetry of a Li/electrolyte/Al cell. In Figure 2 the electrolyte is cycled from 2.5 to 5 V against Li/Lit for 500 cycles, with minimal current d y over the entire cycling p ess. The hybrid electrolyte as formulated does indicate stability that would provide a buffer zone above cathodes with a 5 V discharge potential, ultimately presenting further ability for the development of safer high power lithium batteries that rely on high voltage cathodes. To document the long- term stability of the electrolyte against lithium, galvanostatic cycling was conducted that involves aggressively stripping and plating lithium. A current density of 0.1 mA/cm2 was reversed every hour for 100 cycles at 45 �C with intermittent testing of the conductivity via impedance spectroscopy. The overvoltage at the end of each half-cycle, plotted in Figure 3, shows there is minimal increase over 100 cycles in the voltage indicating long term stability against anodic materials. Cycle 2 Cycis SO Cyole 500 voltage (v) Figure 3 Cyclic voltammetry of a Li/IL-1.0/AI cell, 25�C. Voltage cycled from 2.5 to 5.0 Vats rate of $ mV/s. Figure 2 Chrerpotentlal of electrode- electrolyte Interface at end of each 2 hr cycle (at 0.1 mA/cm2) at 45�c Approved for Release: 2019/08/12 CO6547178