LETTER TO PERKIN-ELMER CORPORATION FROM JOSEPH HARRISON WELLES

Document Type: 
Collection: 
Document Number (FOIA) /ESDN (CREST): 
CIA-RDP71B00697R001600070001-4
Release Decision: 
RIPPUB
Original Classification: 
S
Document Page Count: 
143
Document Creation Date: 
December 9, 2016
Document Release Date: 
April 5, 2001
Sequence Number: 
1
Case Number: 
Publication Date: 
August 11, 1958
Content Type: 
LETTER
File: 
AttachmentSize
PDF icon CIA-RDP71B00697R001600070001-4.pdf6.66 MB
Body: 
25X1A 25X1A Approved For Release 20.01/04/23 : CIA-RDP7 The Perkin-Elmer Corporation Main Avenue Norwalk, Connecticut 00160047,0001-4 UPS-2487 Copy 1 of T Contract No. B7-CT-695 Amendment No. 3 Jr, 11 1958 Gentlemen: 1. This document constitutes Amendment No. 3 to Contract NO. HF-CT-695 between The Perkin-Elmer Corporation and the United States Government and. said contract, as amended, is further amended as hereinafter set forth. 2. PANT VII - FUNDS ALLOTTED Of the schedule is amended. by increasing the amount allotted. to the contract for Customer No. 2 for the period 1 July 1958-30 Arne 1959 by the num of $65,000.00. As a result of the foregoing a recapitulation of the funds allotted to the contract is as follows: Period Customer Amount Total Amount 1 March 1958 - 30 June 1958 1 July 1958 - 30 June 1959 (*Contingent upon the availability of funds for this purpose for Customer No. 1 during the Government's Fiscal Year 1959) 3. All other terms, conditions and requirements of Contract No. SF-CT-695 remain unchanged. 4. Please indicate your receipt of this Amendment NO. 3 to Contract No. KF-Cr-695 and your acceptance thereof by executing 3- ;.!1 ase 2001/04/23 : CIA-RDP71B00697R001600070001-4 25X1A 25X1A 25X1A 25X1A Approved For Release 201/04/23 : CIA-RDP71,150.0 R7R901600W001-4 r1 X the original end. two copies of this Amendment. Return the fully executed original and. one copy to the undersigned and retain the remaining copy for your files. Very truly yours, ACKNXML8DOM AND ACCEPTED THIS 26tDAY OF August 1958 THE PERM-ELMER CORPORATION TITLE - 2 - Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A 25X1A Approved orRel,asA4001/04/23 : tfA P71B00697R00160Qa70001-4 The Perkin-Elmer Corporation Main Avenue Norwalk, Connecticut Gentlemen: DPS4.569 Copy j of 7 Contract No. HF-CT-695 Amendment No. 2 JUN 2 6 1958 1. This document constitutes Amendment No. 2 to Contract No. HF-CT-695 between The Perkin-Mmer Corporation and the United States Government and said contract, as amended, is further amended as hereinafter set forth. 2. Pursuant to the provisions of paragraph (b) of FART V - PERIOD OF PERFORMANCE of the Schedule, the period of performance under this contract is hereby extended through 30 June 1959. 3. PART VII - FUNDS ALLOTTED of the Schedule is hereby deleted in its entirety and in lieu thereof the following is substituted: "PART VII FUNDS LLOTTED For the purposes of the contract there has been allotted the following amounts: Total Ea= Customer Amount Amount 1 Mar 1958 - 30 June 1958 1 Jul 1958 - 30 June 1959 GRAND TOTAL No.1 No.2 No.1 No.2 (*Contingent upon the availability of funds for this purpose for Customer No. 1 during the Government's Fiscal Year 1959). When preparing the Priced Exhibits and invoices, Contractor shall indicate thereon the Customer to which such documents relate. Further, the invoices shall indicate (1) the period involved, (2) the total funds allotted for said period less the total of all previous invoices theretofore outwitted, and thereby (3) showing the balance of funds available for expenditure in that period. Under this amount should be set Approved For Release 2001/04/23 : CIA-RDR711300697R001600070001-4 Approved For Release4001/04/23 : CIA-RDP71600697R00160411170001-4 forth the amount currently being claimed, reflecting the Priced Exhibit number, the line item number, quantity, unit price and total prices therefor. All Production Lists received prior to the end of a period should be charged to the funds allotted for that period, notwithstanding the work being performed and invoices being submitted after close of the period. Contractor will indicate on final invoices for each Customer that such invoice is its final claim for that period and inform the Contracting Officer of the unexpended amount for each Customer. Unexpended funds at the end of a period for Customer No. 1 are D21 authorized for use in a subsequent period. Unexpended funds at the end of a period for Customer No. 2 are authorized for use in a subsequent period and upon notification of the amount of such funds, the Contract shall be amended to either transfer such funds to the subsequent period or remove them from the Contract. If, at any time, the Contractor is of the opinion that the cost of work authorized will exceed the amounts allotted by Customers for a particular period, it shall notify the Contracting Officer in accordance with the provisions of paragraph (c) of PART I of the Schedule. 14 4. All other terms, conditions and requirements of Contract No. HF-CT-695 remain unchanged. 5. Please indicate your receipt of this Amendment No. 2 to Contract No. HF-CT-695 and your acceptance thereof by executing the original and two copies of this Amendment. Return the fully executed original and one copy to the undersigned and retain the remaining copy for your files. 25X1A Very truly yours, ACKNOWLEDGED AND ACCEPTED 25X1A THE PERKIN-ELMER CORPORATION DAT Contracting Officer Approved For Release 2001/04/23 : CIA-RDPi1B00697R001600070001-4 25X1A 25X1A Approved ForRelease 2001/04/23 : CIA-SEICREL697R00166141070001-4 SA4M-25707 a4d" The Perkin-Elmer Corporation Main Avenue Norwalk; Connecticut Gentlemen: Contract HF-CT-695 Amendment No. 1 APR 1 1958 1. Reference is made to Contract No. HF-CT-695 between the United States Government and The Perkin-Elmer Corporation. 2. Pursuant to the Provisions of PART VI - ESTABLISHMENT OF A PRICING FORMULA, the parties hereto have negotiated and established a fixed pricing method for the first period of time under the contract. Said pricing method and applicable time period are attached to this Amendment No. 1 and is designated as Appendix I to Contract No. HF-CT-695. 3. All other terms, conditions and requirements of Con- tract HF-CT-695 remain unchanged. 4. Please indicate your receipt of this Amendment No. 1 by executing the original and two copies thereof. Return the fully executed original and one copy thereof to the undersigned and retain the remaining copy for your files. ACKNOWLEDGED AND ACCEPTED THIS 2 DAY OF April 1 1958. THE P IN-ELMER CORPORATION Approved For Release 2001/04/23 : CIA-RDP7 Very truly yours, Contracting Officer 001600070001-4 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Releas402001/04/23 : CIA- 697R00164047M114721 eoithi Pg 7 NEGOTIATED CONTRACT Contract No. HE-CT-695 The Perkin-Elmer Corporation Main Avenue Norwalk, Connecticut Contract For: See Schedule Amount: See Schedule Mail Invoices to: Performance Period: See Schedule Administrative Data: This contract is entered into by and between the United States of America, hereinafter called the Government, represented by the Contracting Officer executing this contract, and the above named Contractor which is -a corporation, incorporated in the State of New York, hereinafter called the Contractor. The parties hereto agree that the Contractor shall furnish the facilities and deliver all supplies and perform all the services set forth in the attached Schedule issued hereunder, for the consideration stated therein. The rights and obligations of the parties to this contract shall be subject to and governed by the attached Schedule and General Provisions. In the event of any inconsistency between the Schedule and the General Provisions, the Schedule shall control. IN WITNESS WHEREOF, the parties hereto have executed this contract as of e MAR 2 0 1958 4958. Signatures: 25X1A THE PERKIN-ELMER CORPORATION THE UNITED STATES OF AMERICA 25X1A 61,1.421 25X1A se 2001/04/23 : CIA-RiNgt197R001600070001-4 25X1A TITLE Contracting Officer 11111111111111111V-6)1018 25X1A 25X1A 25X1A Approved For Release 2001414/23 : ClA-RI IO97ROO16OOO7O-4 Contract No. RF-CT-695 CERTIFICATE , certify that I am the of the Corporation named as Contractor herein; that - who sigaed this contract on behalf of the Contractor was then 25X1A 25X1A of said Corporation; that said con- tract was duly signed for and in behalf of said Corporation by authority of its governing body, and is within the scope of its Cor- porate liowers. -2 SL Corporate Seal) Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved ForReletose 2001/04/23 : CIA-RDP711300697R001060070001-4 SEMIContract No. HF-CT-695 INDEX TO SCHEDULE PART I ARTICLES AND SUPPLIES TO BE FURNISHED 4 PART II PROCEDURE FOR PRICING 5 PART III DELIVERY 6 PART IV INSPECTION AND ACCEPTANCE 6 PART V PERIOD OF PERFORMANCE 6 PART VI ESTABLISHMENT OF A PRICING FORMULA 6 PART VII FUNDS ALLOTTED 6 PART VIII WAIVER OF REQUIREMENTS OF GENERAL PROVISIONS 7 PART IX 3PECIAL SECURITY RESTRICTIONS 7 - 3 - SECV Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2001/04/23 : CIA-RDP711300697R0014100070001-4 SEC, SCHEDULE Contract No. PART I - ARTICLES AND SUPPLIES TO BE FURNISHED (a) The Contractor shall furnish to the Government such equipment, spare parts, modification kits, components, and data for equipment of types which are being or may hereinafter be manufactured by the Contractor as the Government may call for hereunder. Quantities of the supplies to be furnished shall be determined as hereinafter provided. (b) From time to time, the Government will furnish to the Contractor, Production Lists, numbered serially, setting forth the items which the Government desires to procure, together with the desired delivery schedule and preservation, packaging, packing and marking requirements therefor. Each such Production List shall set forth therein the estimated dollar amount thereof. Supplies of a critical nature in Production Lists shall berearmarked with an asterisk preceding the part number and the Contractor agrees to achieve earliest possible delivery of such items. The Contractor will promptly delete from said lists any items rendered obsolete by design changes and insert in lieu thereof superseding and interchangeable items, if any, in the same or lesser quantities, as appropriate. Upon acceptance or after these deletions and insertions, if any, the request will be an Approved Production List. The Contractor will immediately transmit six copies of the Approved Production List, together with any pertinent information concerning the superseded items and any superseding noninterchangeable items to the Contracting Officer and his duly authorized representatives so that superseding parts numbers can be procured on subsequent Production Lists. The Contractor will be obligated to furnish the items in the quantities listed therein, and subject to its rights elsewhere specified in this contract, the Government will be Obligated to take delivery of the items so furnished on an Approved Production List. Where Approved Production Lists do not contain a quantitative delivery schedule, the Contractor shall forward direct to the Contracting Officer, an interim schedule indicating the estimated data of delivery of critical supplies. The Contractor is hereby authorized to make delivery in advance of the schedule appearing on any Approved Production List under this contract. (c) If it appears to the Contractor at any time that the total price of the total quantity of items covered by any or all Approved Production Lists is likely to exceed the funds allotted hereunder in PART VII, the Contractor shall notify the Contracting Officer and the authorized represent- ative of the amount of such excess. Within thirty (30) days after receipt of such notice, the Government will either notify the Contractor it has taken action to increase the funds allotted, or will notify the Contractor of the items or quantities to be deleted from such Approved Production Lists in order to bring it within the dollar amount thereof. If the Government fails to act within said thirty-day period, the Contractor shall submit to Approved For Release 2001/04/23 : Cl P71600697R001600070001-4 Approved ForRelea9s02001/04/23 : CIA-MilB00697R001641,0070001-4 h. Contract No. isiMillekt the Contracting Officer and the authorized representatives a recommendation of the parts to be deleted to bring the Approved Production Lists within said dollar amount and the Contracting Officer sh.sol approve or disapprove such recommendations within ten (10) days after receipt thereof. If the Contracting Officer fails to act within said ten (10) day period, the recommendation of the Contractor shall be deemed to have been approved and the Production Lists shall be modified accordingly. If the Government deletes items or quantities from an Approved Production Lists, such action shall be considered a partial termination under the clause hereof entitled Termination for Convenience of the Government. PART II - PROCEDURE FOR PRICING (a) As soon as possible after receipt by the Contractor from the Contracting Officer of a Production List, but in no event more than sixty (60) days after wuch receipt, the Contractor shall prepare and submit to the Contracting Officer a Proposed Priced fthibit, numbered the same as the Approved Production List with the unit and total prices and delivery schedule covering the items shown thereon. A reproducible original and at least ten (10) copies of the Proposed Price Exhibit will be prepared and shall be delivered promptly by the Contractor to the Contracting Officer. The reproducible and three (3) copies shall carry at the end thereof, a certificate manually signed by an officer or other person authorized to bind the Contractor, stating that the prices therein represent a firm quotation. Each such Exhibit shall require the written approval of the Contracting Officer stating that the prices therein are fair and reasonable. Each such Exhibit shall set forth therein the total dollar amount. (b) If the Proposed Priced Exhibit is approved by the Contracting Officer it shall be a numbered exhibit to the contract. If the Contracting Officer and the Contractor fail to agree on Prices in the Proposed Priced Exhibit, the failure to agree shall be deemed a disagreement as to a question of fact which shall be disposed of in accordance with the clause thereof entitled "Disputes". The Contracting Officer shall reduce to writing by a Proposed Priced Exhibit his decision, containing prices he believes fair and reasonable. The prices decided by the Contracting Officer shall be paid upon all deliveries, pending final decision of the dispute. (c) Upon approval of any Priced Exhibit, the Contracting Officer shall) deliver a copy thereof to the Contractor and forward one copy thereof bearing his written approval to the Finance Officer responsible for making payments under this contract. Upon Government's acceptance of delivery of any of the items listed on an Approved Priced Exhibit, the Contractor shall be entitled to be paid therefor at the prices shown on the Approved Priced Exhibit. -5- Approved For Release 2001/04/23 : bP71B00697R001600070001-4 25X1A 25X1A 25X1A 25X1A 25IX1A Approved ForRelease02001/04/23 : CIA-RDP71B00697R001040070001-4 SECRET Contract No. HF-CT-695 (d) The Contractor shall be paid upon the submission monthly of properly certified invoices or, vouchers, for partial deliveries accepted by the Government, or, when requested by the Contractor, payment for accepted partial deliveries shall be made whenever such payment would equal or exceed either $1,000.00 or 50% of the total amount of the Approved Price Exhibit. PART III - DELIVERY Deliveries shall be made in accordance with the delivery schedules set forth in the Approved Priced Rxhibits as May be generated under this contract from time to time. PART IV - INSPECTION AND ACCEPTANCE All supplies and services to be furnished under this contract shall be shipped F.O.B. destination in accordance with shipping instructions to be issued at a later date. Inspection and acceptance of the\supplies or services called for herein, shall be made by the Government at destination. PART V - PERIOD OF PERFORMANCE (a) The Contractor shall furnish the articles and supplies requested hereunder during the period 1 March 1958 through 31 December 1958. (b) The Government is granted the right and option of renewing or extending this contract for any additional periods of time-aot-,, o :30JUne-I9594 This option to extend will be exercised by issuance of an Amendment to this contract. PART VI - ESTABLISHMENT OF A PRICING FORMULA The parties hereto shall negotiate and establish a fixed pricing method for certain periods of time. The agreed upon formulg(ae) shall be set forth in an amendment hereto. PART VII - FUNDS ALLOTTED For the purposes of this contract there has been a total allotted for the performance of work as be called for by the Government from time to time. Of this amount has been allotted for If, at any time, the Contractor o e op n on a t e cost of such work for exceed the amounts set forth above, it shall notg,111.111!nficer , in accordance with the provisions of paragraph (c) of PART I. The Contractor shall segregate the Priced Exhibits by equire- ments. - 6 - Approved For Release 2001/04/23 : CIA-RISECRET697R001600070001-4 ILLEGIB Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 138a . trt paaTap eT c- jo JuTv--tts.aripeoad puv 2.ut3-4731otid ,-3L,3????4JT-3,-1 CD CD cr) ? CO 274,17iwa 1.011404,11.0N 40.914T100 ?4GT1 npoad Zb 0 0 7 - CN1 0 ?cr 0 clan-1.31TD(7V .3u1 _ (io-i_zYeavg) ) , oj, -o w ?I > - o .. S- 2. 0. at, ga_I*,: povraotz:iny < o. &_ LI_ woag Approved ForReleaw2001/04/23 : CIA-RDS71B00697R001661?070001-4 INDEX TO GENERAL PROVISIONS Article Noo Page No. 1. 2. 3. 4. DEFINITIONS CHANGES . EXTRAS I" VARIATION IN QUANTITY 1 1 2 2 5. INSPECTION , ,,,e, 2 6. RESPONSIBILITY FOR $UPPL1ES 3 7. ASSIGNMENT OF CLAI. 3 8. ADDITIONAL BOND SEPURITY 4 9. FEDERAL STATE & LOCAL TAXES 4 10. DISPUTES ... 6 11. BUY AMERICAN ACT , 7 12. EIGHT HOUR LAW OF 1512 7 13. WALSH-HEALEY PUBLIC CONTRACTS ACT 8 14. NONDISCRIMINATION 1$ EMPLOYMENT 8 19. OFFICIALS NOT TO BENEFIT 9 16. COVENANT AGAINST CONTINGENT FEES 9 17. AIRCRAFT IN THE up 9 18. MILITARY SECURITY REQUIREMENTS 11 19. UTILIZATION OF SMALL BUSINESS CONCERNS 13 20. rXAMINATION OF RECORDS 13 21. GRATUITIES 13 22. CONVICT LABOR 14 23. NOTICE & ASSISTANCE REGARDING PATENT INFRINGEMENT 14 2A.. REPORTING OF ROYALTIES 14 25. FILING OF PATENT APPLICATIONS 16 21. AUTHORIZATION & CONSENT 17 27. PATENT RIGHTS 17 28. COPYRIGHT 22 29. REPRODUCTION AND USE OF TECHNICAL DATA 22 30. GOVERNMENT FURNISHED PROPERTY 23 31. TERMINATION FOR CONVENIENCE OF THE GOVERNMENT ,- 27 32. PAYMENTS 31 33. DEFAULT 32 34. SUBCONTRACTS FOR WORK OR SERVICES 33 35. ALTERATIONS IN CONTRACT 34 Approved For Release 2001/04/23 : CIA-R fir 0 I" COI. 97R001600070001-4 Approved ForReleasgwA01/04/23 : CIA-RDP71B00697R0016441070001-4 SECRET GENERAL PROVISIONS 1. DEFINITIONS As used throughout this contract, the following terms shall have the meanings set forth below: (a) The term "Secretary" means the Secretary, the Under Secre- tary, or any Assistant Secretary of the Department and the head or any assistant head of the executive agency; and the term "his duly authorized representative" means any person or persons or board (other than the Contracting Officer) authorized to act for the Secretary;and the term "Department" means that component of the Government having cognizance of this contract and represented by the Contracting Officer executing this contract. (b) The term "Contracting Officer" means the person executing this contract on behalf of the Government, and any other officer or civilian employee who is a properly designated Contracting Officer and the term includes, except as otherwise provided in this contract, the authorized representative of a Contracting Officer acting within the limits of his authority. (c) Except as otherwise provided in this contract, the term "subcontracts" includes purchase orders under this contract. (d) The term "contract work" means all work to be performed under this contract including any studies covering fundamental, theo- retical, or experimental investigations; any extension of the inves- tigative findings and theories of a scientific and technical nature into practical application; any tangible terms, hereinafter referred to as supplies, if called for herein, furnished to the Government; and any reports, data, computations, plans, drawings, and specifica- tions with respect to the foregoing. 2. CHANGES The Contracting Officer may at any time, by a written order, and without notice to the sureties, make changes, within the general scope of this contract, in any one or more of the following: (i) drawings, designs, or specifications, where the supplies to be furnished are to be specially manufactured for the Government in accordance therewith; (ii) method of shipment or packing; and (iii) place of delivery. If any such change causes an increase or decrease in the cost of, or the time required for, performance of this contract, an equitable adjust- ment shall be made in the contract price or delivery schedule, or both, and the contract shall be modified in writing accordingly. Any claim by the Contractor for adjustment under this clause must be as- serted within 60 days from the date of receipt by the Contractor of the notification of change; PROVIDED, however, that the Contracting Approveci,For Re)@ase 2001/04/23 : CIA-RDP7ff y)ct (5, 195o) Price Rev. 001600070001-4 Approved ForReleas4,2001/04/23 : CIA-RDP71B00697R0010416070001-4 SECRET Officer, if he decides that the facts justify .such action, may receive aud act upon any such claim asserted at any time prior to final pay- ment under this contract. Failure to agree to any adjustment shall be a dispute concerning a question of fact within the meaning of the clause of this contract entitled "Disputes." However, nothing in this clause shall excuse the Contractor from proceeding with the con- tract as changed. 3. EX Except as otherwise provided in this payment for extras shall be made unless.sudh eXtras and the price therefor have lilin'allthnri7(=q9 in /Tritiza by the Contracting Officer. 4. VAPIATION IN QUANTITY No variation in the quantity of any item called for by this con- tract will be accepted unless such variation has been caused by con- ditions of loading, shipping, or packing, or allowances in manufac- turing processes, and then only to the extent, if any, specified elsewhere in this contract. 5. INSPECTION (a) All supplies (which term throughout this clause includes without limitation raw materials, components, intermediate assemblies, and end products) shall be subject to inspection and test by the Gov- ernment, to the extent practicable at all times and places including the Period of manufacture, and in any event prior to final acceptance. (b) In case any supplies or lots of supplies are defective in material or workmanship or otherwise not in conformity with the re- quirements of this contract, the Government shall have the right either to reject them (with or without instructions as to their dis- position) or to require their correction. Supplies or lots of sup- plies which have been rejected or required to be corrected shall be removed or corrected in place, as requested by the Contracting Officer, by and at the expense of the Contractor promptly after notice, and shall not again be tendered for acceptance unless the former tender and either the rejection or requirement of correction is disclosed. If the Contractor fails promptly to remove such supplies or lots of sup- plies, when requested by the Contracting Officer, and to proceed promptly with the replacement or correction thereof, the Government either (i) may by contract or otherwise replace or correct such sup- plies and charge to the Contractor the cost occasioned the Government thereby, or (ii) may terminate this contract for default as provided in the clause of this contract entitled "Default". Unless the Con- tractor elects to correct or replace the supplies which the Government has a right to reject and is able to make such correction or replace- ment within the required delivery schedule, the Contracting Officer may require the delivery of such supplies at a reduction in price Approved For Release 2001/04/23 : CIA-RDP71B00697Ir 9f01170001-4 (Oct. 8, 1956) . - 2 - - z Price Rev. 4, Approved For Releasr2001/04/23 : B00697R00161r070001-4 which is equitable under the circumstances. Failure to agree to such reduction of price shall be a dispute concerning a question of fact within the meaning of the clause of this contract entitled "Disputes". (c) If any inspection or test is made by the Government on the premises of the Contractor or a subcontractor, the Contractor without additional charge shall provide all reasonable facilities and assist- ance for the safety and. convenience of the Government inspectors in the performance of their duties. If Government inspection or test is made at a point other than the premises of the Contractor or a sub- contractor, it shall be at the expense of the Government, PROVIDED, that in case of rejection the Government shall not be liable for any reduction in value of samples used in connection with such inspection or test. All inspections and tests by the Government sha31 be per- formed in such a manner as not to unduly delay the work. The Govern- ment reserves the right to charge to the Contractor any additional cost of Government inspection and test when supplies are not ready at the time such inspection and test is requested by the Contractor. Final acceptance or rejection of the supplies shall be made as promptly as practicable after delivery, except as otherwise provided in this con- tract; but failure to inspect and accept or reject supplies shall neither relieve the Contractor from responsibility for such supplies as are not in accordance with the contract requirements nor impose liability on the Government therefor. (d) The inspection and test by the Government of any supplies or lots thereof does not relieve the Contractor from any responsibility regarding defects or other failures to meet the contract requirements which may be discovered prior to final acceptance. Except as other- wise provided in this contract, final acceptance shall be conclusive except as regards latent defects, fraud, or such gross mistakes as amount to fraud. (e) The Contractor shall provide and maintain an inspection system acceptable to the Government covering the supplies hereunder. Records of all inspection-work by the Contractor shall be kept com- plete and available to the Government during -the, performance of this contract and for such longer period as may be specified elsewhere in this contract. 6. RESPONSIBILITY FOR SUPPLIES Except as otherwise provided in this contract, (i) the Contractor shall be responsible for the supplies covered by this contract until they are delivered at the designated delivery point, regardless of the point of inspection; and (ii) the Contractor shall bear all risks as to rejected work after notice of rejection. 7. ASSIGNMENT OF CLAIMS (a) Pursuant to the provisions of the Assignment of Claims Act of 1940 as amended (31 U.S. Code 203, 41 U.S. Code 15), if this Approved Fpr Release 2001/04/23 : CIA-RDP71B00697p99)690070001-4 rr Oct. 0, 1956) - 3 - Price Rev. Approved ForReleaitt'''2001/04/23 : SrP71B00697R0010670001-4 Gar contract provides for payments aggregating $1,000 or more, claims for moneys due or to becom.e, due to the Contractor from the Govern- ment under this contract may be assigned to a bank, trust company, or other financing institution, including any Federal lending agency, and may thereafter be further assigned and reassigned to any such institution. Any such assignment or reassignment shall cover all amounts payable under this contract and not already paid, and shall not be made to more than one party, except that any such assignment or reassignment may be made to one party as agent or trustee for two or more parties participating in such financing. Notwithbtanding any provision of this contract, payment to an assignee of any moneys due or to become due under this contract shall not, to the extent provided in said Act as amended, be subject to reduction or set-cff. (b) In no event shall copies of this contract or of any plans, specifications, or other similar documents relating to work under this contract, if marked "TOP SECRET," "SECRET," "CONFIDENTIAL," be furnished to any assignee of any claim arising under this contract or to any other person not entitled to receive the same; PROVIDED, that a copy of any part or all of this contract so marked may be fur- nished, or any information contained therein may be disclosed, to such assignee upon the prior written authorization of the Contracting Officer (c) The Contractor shall obtain the written authorization of the Contracting Officer prior to the assignment of any rights under this contract. 8. ADDITIONAL BOND SECURITY If any surety upon any bond furnished in connection with this contract becomes unacceptable to the Government, or if any such surety fails to furnish reports as to his financial condition from time to time as requested by the Government, the Contractor shall promptly furnish such additional security as may be required from time to time to protect the interests of the Government and of per- sons -supplying labor or materials in the prosecution of the work contemplated by this contract. 9. -FEDERAL, STATE AND LOCAL TAXES (a) DEFINITIONS. As used throughout this clause, the following terms shall have the meanings set forth below: (i) The term "direct tax" means any tax or duty directly applicable to the completed supplies or services (as distinguished from taxes directly ap- plicable to materials and components used in the manufacture or furnishing of the completed supplies or services) covered by this contract or any other tax or duty from which the Contractor or this trans- action is exempt. It includes any tax or duty directly - AppKoved Por RORB'ae 2.001104/23 : cIA-RDP71 B006 - 4 - Price Rev. Approved For ReleasA,2001/04/23 : CIPSi 1300697R001642070001-4 applicable to the importation, production, processing, manufacture, construction, sale, or use of such sup- plies or services; it als includes any tax levied on, with respect to, or measured by sales, receipts from sales, or use of the supplies or services covered by this contract. The term does not include transportation taxes, unemployment compensation taxes, social security taxes, income taxes, excess profits taxes, capital stock taxes, property taxes, and such other taxes as are not within the definition of the term "direct tax" as set forth above in this paragraph. (ii) The term "contract date" means the effective date of this contract if it is a negotiated contract or the date set for the opening of bids if it is a contract entered into as a result of formal advertising. For the purpose of any additional procurement of supplies or services called for by any agreement supplemental hereto, the term "contract date" shall refer to the date of such supplemental agreement. (b) FEDERAL TAXES. Except as maybe otherwise provided in this contract, the contract price includes all applicable Federal taxes in effect on the contract date. (c) STATE OR LOCAL TAXES. Except as may be otherwise provided in this contract, the contract price does not include any State or local direct tax in effect on the contract date. (d) EVIDENCE OF EXEMPTION: The Government agrees, upon request of the Contractor, unless there exists no legal basis to sustain an exemption, to furnish a Tax Exemption Certificate or other similar evidence of exemption with respect to any direct tax not included in the contract price pursuant to this clause; and the Contractor agrees, in the event of the refusal of the applicable taxing authority to ac- cept such evidence of exemption, (i) promptly to notify the Contracting Officer of such refusal, (ii) to cause the tax in question to be paid in such manner as to preserve all rights to refund thereof, and (iii) if so directed by the Contracting Officer, to take all necessary action, in cooperation with and for the benefit of the Government, to secure a refund of such tax (in which event the Government agrees to reim- burse the Contractor for any and all reasonable expenses incurred at its direction). (e) PRICE ADJUSTMENT. If, after the contract date, (i) the Federal Government or any State or local government either imposes or increases (or removes an exemption with respect to) any direct tax, or any tax directly applicable to the materials or components used in the manufacture or furnishing of the completed supplies or services covered by this contract, or (ii) the Federal Government or any State or local government refuses to accept the evidence of exemp- tion, furnished under paragraph (d) hereof, with respect to any direct (Oct.,8,_ 1956) piteiNarcp.R1 For Release 2001/04/23 : CIA-R5DP71B0GUM01600070001-4 Approved ForReleas4.2001/04tiq#-RDP71B00697R00164P070001-4 UR? tax excluded from the contract price, or (iii) the Federal Government does not furnish a tax exemption certificate or other similar evidence of exemption with respect to any direct tax excluded from the contract price, and if under either (i), (ii), or (iii) the Contractor is obliged to and does pay or bear the burden of any such tax (and does not secure a refund thereof), the contract price shall be correspondingly increased, and if interest and penalties are incurred by reason of delay in payment of such tax on the instruction of the Contracting Officer, and such interest and penalties are legally *posed, the con- tract price shall be correspondingly increased, If, after the contract date, the Contractor is relieved in whole or in part from the payment or the burden of any direct tax included in the contract price, or any tax directly applicable to the materials or components used in the manufacture or furnishing of the completed supplies or services covered by this contract, the Contractor agrees promptly to notify the Contrac- ting Officer of such relief, and the contract price shall be corres- pondingly decreased or the amount of such relief paid over to the Government. Invoices or vouchers covering any increase or decrease in cc,ntract price pursuant to the provisions of this paragraph shall state the amount thereof, as a separate added or deducted item, and shall identify the particular tax imposed, increased, eliminated, or decreased (f) REFUND OR DRAWBACK. If any tax or duty has been included in the contract price tr the price as adjusted under paragraph (e) of this clause, and if the Contractor is entitled to a refund or drawback by reason of the export or re-export of supplies covered by this con- tract, or of materials or components used in the manufacture or fur- nishingof the completed supplies or services covered by this contract, the Contractor agrees that he will promptly notify the Contracting Officer thereof and that the amount of any such refund or drawback obtained will be paid over to the Government or credited against amounts due from the Government under this contract PROVIDED, however, that the Contractor shall not be required to apply for such refund or draw- bac'k unless so requested by the Contracting Offieer, 10 DISPUTES Except as otherwise provided in this contract, any dispute em.- cerning a question of fact arising under this contract which is not disposed of by agreement shall be decided by the Contracting Officer, who shall reduce his decision to writitg and Mail or otherwise furnish a copy thereof to the Contractor. Within thirty (30) days from the date of receipt of such copy, the Contractor May appeal by mailing or otherwise furnishing to the Contracting Officer a written appeal ad- dressed to the Secretary, and the decision of the Secretary or his duly authorized representative for the hearing of such appeals shall, unless determined by a court of competent jurisdiction to have been fraudulent or capricious or arbitrary or so grossly erroneous as neces- sarily to imply bad faith, or not supported by substantial evidence, be final and conclusive: PROVIDED, That, if no such appeal is taken, the decision of the Contracting Officer shall be final and conclusive. In FP iteKoyied fj:r61elease 2001/04/23 : CIA-RDP71B0k9M001600070001-4 Loeig;i1 Price Rev. - 6 - "8. Approved For Releaig.2001/04/23 : CISME1300697R0016M70001-4 connection with any appeal proceeding under this clause, the Contractor shall be afforded an opportunity to be heari and to offer evidence in support of its appeal. Pending final decision of a dispute hereunder, the Contractor shall proceed diligently with the performance of the contract and in accordance with the Contracting Officer's decision. U. BUY AMERICAN ACT The Contractor agrees that there will be delivered under this con- tract only such unmanufactured article*, materials and supplies (which term "articles, materials and supplies" is hereinafter referred to in this clause as "supplies") as have been mined or produced in the United States, and only such manufactured supplies as have been manufactured in the United States substantially all from supplies mined, produced or manufactured, as the case may be, in the United States. Pursuant to the Buy American Act (41 U. S. Cede 10a-d), the fregoing provision shall not apply (i) with respect to supplies excepted by the Secretary from the application of that Act, (ii) with respect to supplies for use outside the United States, or (iii) with respect to the supplies to be delivered under this contract which are of a class or kind determined by the Secretary or his duly authorized representative not to be mined, pro- duced, or manufactured, as the ease may be, in the United States in suf- ficient and reasonably available commercial quantities and of a satis- factoey quality, or (iv) with respect to such supplies from which the supplies to be delivered under this contract are manufactured, as are Gf a class or kind, determined by the Secretary or his duly authorized representative not to be mined, produced, or manufactured, as the case may be, in the United States in sufficient and reasnably available com- mercial quantities and of a satisfactory quality: PROVIDED, That this exception (iv) shall not permit delivery of supplies manufactured out- side the United States if such supplies are manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. 12. EIGHT-HCUR LAW OF 1912 ? This contract, to the extent that it is of a character specified in the Eight-Hour Law of 1912 as amended (4o U. S. Code 324-326) and is not covered by the Walsh-Healey Public Contracts Act (41 U. S. Code 35-45) is subject to the following provisions and exceptions of said Eight-Hour Law of 1912 as amended, and to all other provisions and ex- ceptions of said Law. No laborer or mechanic doing any part of the work contempla- ted by this contract, in the employ of the Contractor or any sub- contractor contracting for any part of the said work shall be re- quired or permitted to work more than eight hours in any one cal- endar day upon such work, except upg:10condition that cGmpen- sation is paid to such laborer or mecE6mic in accordance with the provisions ce this clause. The wages of every such laborer and mechanic employed by the Contractor or any subcontractor engaged in the performance of this contract shall be computed on a basic day rate of FP (oct.8, Approyerle5or Release 2001/04/23 : CIA-R771B006Vg005k690070001-4 Approved For Releas001/04/23 : C k j B00697R0016t1470001-4 eight hours per day; and work in excess of eight hours per day is permitted only upon the condition that every such laborer and mechanic shall be compensated for all hours worked in excess of eight hours per day at not less than one and one-half times the basic rate of pay. For each violation of the requirements of this clause a penalty of fiae dollars shall be imposed upon the Contractor for each such laborer or mechanic for every calendar day in which such employee is required or permitted to labor more than eight hours upon said work without receiving compensation computed in accordance with this clause; and all penalties thus imposed shall be withheld for the use and benefit of the Government. 13. WALSH-HEALEY PUBLIC CONTRACTS ACT If this contract is for the manufacture or furnishing of mater- ials, supplies, articles or equipment in an amount which exceeds or may exceed $10,000 and is otherwise subject to the Walsh-Healey Public Contracts Act as amended (41 U. S. Code 35-45), there are hereby incor- porated by reference all representations and stipulations required by said Act and regulations issued thereunder by the Secretary of Labor, such representations and stipulations being subject to all applicable rulings and interpretations of the Secretary of Labor which are now or r11::! hereafter be in effect, except that the Contractor shall be re4Lired to include this clause in subcontracts issued hereunder when the inclusion of this clause in a subcontract would-jeopardiS2 2,xe conflict with theseeurit - eonsiderations established in conn tion with this contrZA. 2S: 14. NONLISCHEINATION IN EMPLOYMENT - (a) In connection with tiliaepo..r...f.E*rtvane-e of work under thisecon- tract, the Contract*)r-agrGzas-not to discriminate against any employee or applicant for employment because of race, religion, color, or national origin. The aforesaid provision shall include, but nct be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termina- tion; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees and. applicants for employment, notices to be provided by the Contracting Officer setting forth the provisions of the nondiscrimination clause. o(b) The Contractor further agrees to insert the foregoing pro- ----vision in all subcontracts issued hereunder, except subcontracts for standard commercial supplies or raw materials, and except as insertion ,of the foregeiqg provision in a,subcontract wO41d jeopardize or cere filet with the security e'enoidera:tions established in connection with . _ e ,e_this contract. FP (Oct. 8, 1956) Price Rev. - 8 _ Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release,?2001/04/23 : CIA-RDP71B00697R0016QW70001-4 15. OFFICIALS NOT TO BENEFIT SECRET No member of or delegate to Congress, or resident commissioner, shall be admitted to any share or part of this contract, or to any benefit that may arise therefrom; but this provision shall not be con- strued to extend to this contract if made with a corporation for its general benefit. 16. COVENANT AGAINST CONTINGENT bEES The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the contractor for the purpose of securing business. For breach or violation of this warranty the Govern- ment shall have the right to annul this contract without liability or in its discretion to deduct from the contract price or consideration the full amount of such commission, percentage, brokerage, or contingent fee. If this contract is a negotiated fixed-price type of contract for production or modification of aircraft (or missiles having the general characteristics of aircraft) the clause set forth below shall apply: (a) Subject to the definitions and limitations prescr ed in this clause, the Government assumes the risk of damage to or oss or destruction of aircraft (or missiTes having the general c.; acteristics of aircraft) in the open; PROVIDED, that such damage, oss, or destruc- tion is caused by any of the following perils; (i) Fire; lightning, windstorm, cycl e tornado, hail; explosion; riot, riot attending a strike, civil commo on, vandalism and malicious mischief; sabotage; aircraft or objects alling therefrom, vehicles running v4,0 on land or tracks, excluding vehicle owned or operated by the Contractor or any agent or employee of the C.- ractor; smoke; earthquake or volcanic eruption; flood, meaning there.. risineof a body of water, hostile or warlike action, including a on in hindering, combating, or defending against an actual, impen g or expected attack by any government or sovereign power (de j or de facto), or by any authority using military, naval, or air fore , or by any agent of any such go4nment, power, auth- ority, or forces or Other peril of a type no ?4*bove, if such other peril is cust.! rily covered by insurance (or a'reberve for self-insurance) in a _ordance with the normal practice of the Contractor, or a prevailing p Ij ctice in the industry in which the Contractor' i'S engaged with respect (Oct. 8, 1956) Price Rev. - 9 - Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release.001/04/23 : gra B00697R00160Q,D,70001-4 (i) The term "Aircraft" means aircraft to be furnished to the Government under this contract, including complete aircraft; and aircraft in the course of manufacture or modification, including en- gines, instruments, subassemblies, parts, and equipment installed therein, or in process of installation, and all uninstalled propert withdrawn from stores for installation in aircraft in the open or temporarily removed from such aircraft, provided such uninstalle pro- perty is in the open. (ii) The term "in the open" means located wholly o side of buildings or roofed structures. (c) The Government's obligation under this cl se shall extend only to aircraft in the open under conditions approve y the Contrac- ting Officer, and shall not extend to the following: (i) loss, destruction, or damage result g from failure of the Contractor, due to willful misconduct or lac of good faith of any of the Contractor's managerial personnel, to in tam n and administer a program for the maintenance, repair, protecti , and preservation of aircraft in the open, in accordance with so d industrial practice. The term "Contractor's managerial personnel" ans the Contractor's directors, officers, and any of its managers, super tendents, or other equivalent representatives who have supervision or direction of all or substantially all of the Contractor's business, or a 1 or substantially all of the Contractor's operation at any one plant or separate locatin at Tivhich this contract is performed, or a separate and complete major industrial operation in connection with the performance of this contract; (ii) loss, destructic or damage to aircraft in the possession or control of any subcontract r, except to the extent that the subcon- tract, with the approval of he Contracting Officer and. consistent with this clause, may otherwise rovide. (d) The Contr tor warrants that the contract price does not and will not include , charge or rVprve for insurance (including self-insurance funds r reserves) coving damage to or loss or destruc- tion of aircraft in he open caused by any of the perils sot forth in paragraph (4). her f. (e) I the event of damage to craft in the n _n, the Contractor shall protect such ircraft from further 41 aged aircraf , put all aircraft in t to the Con acting Officer a statement or loss or truction of air- take all reasonable steps to vte damaged and undam- sible order, and furnish (i) the lost, destroyed, or damag,4i1:aircraft; (ii) the time and origin of the loss,-destructien, c,r damage; (iii) all known interests in commingled property of which FP (Oct. 8, 1956) PriApPrw0 For Release 2001/04/23 : CIA-RDP71B00697R001600070001-4 - 17- tl' SECRET Approved For Releasa,,,a001/04/23 : CIA-RDP71600697R0016QW)70001-4 n such commingled property. rt The Contractor shall be reimbursed for exper.ditures made by i in performing its obligations under this paragraph, to the extent a roved by the Contracting Officer and-this contract shall be modified n writ- ing accordingly. (f) If prior to acceptance by and delivery to?th Government any aircraft in the open is lost, destroyed, or damaged de to any of the perils set forth in paragraph (a) hereof, the Gove ent may, unless otherwise provided in this contract, elect to require at such aircraft be replaced by the Contractor or restored by the Con actor to the condi- tion in which it was immediately prior to such dama e. If the Government requires the aircraft to be replaced or restored, An equitable adjust- ment shall be made in the amount due under this ? ntract and in the time required for its performance, and this e-.,ntrac shall be modified in writing accordingly. Alternatively, the Gove, sent may elect to termi- nate this contract as to any such lost, des oyed, or damaged_aircraft, and in that event the rihts of the partie shall be as provided in the clause entitled Termination for Convenie e of the Government. (g) In the event the Contrac or is at any time reimbursed or compensated by any third person for Ay damage to or loss or destruction of any aircraft in the open caused y any peril set forth in paragraph (a) hereof for which the Contract has been compensated by the Govern- ment, it shall equitably reimbur e the Government. The Contractor shall do nothing to prejudice the Gov-rnment's rights to recover against third parties for any such lo destruction or damage and, upon the request of the Contracting 0 ricer, shall at the Government ts expense, furnish to the Government 1 reasonable assistance and cooperation (including the prosecutio of suit and the execution of instruments of assignment or subrogati in favor of the Government) in obtaining re- covery. (h) Any 1,,ss or destruction of, or damage to, property fur- nished by the Gove nment will be governed by the clause of this con- tract entitled "C vernment-Furnished Property," to the extent that such clause is y its terms, applicable. (i) Any loss, or destruction of, or damage to, aircraft oc- curring in eionnection with operations of said aircraft will be governed by the clause of this contract entitled "Flight Risk," to the extent ? ? ? 18. MILITARY SECURITY REQUIREMENTS (a) The provisions of this clause shall apply to the extent that this contract involves access to security information classified "Con- fidential" including "Confidential - Modified Handling Authorized" or higher. ee (Oct. 8, 1956) Piii;Odk-tir For Release 2001/04/23 : CIK-R-1:91371130007kailh00070001-4 Approved ForRelease.A01/04/23SE 718330697R00160W70001-4 (b) The Government shall notify the Contractor of the security classification of this contract and the elements thereof, and of any subsequent revisions in such security classification, by the use of a Security Requirements Check List (DD Form 254 and 254-1). (c) To the extent the Government has indicated as of the date of this contract, or thereafter indicates, security classification under this contract as provided in paragraph (b) above, the Contractor shall safeguard all classified elements of this contract and shall provide and maintain a system of security controls within its own organization in accordance with the requirements of: (i) the Security Agreement (DD Form 441), including the Department of Defense Industrial Security Manual for Safeguarding Classified Infor- mation as in effect on date of this contract, and any modification to the Security Agreement for the purpose of adapting the Manual to the Contractor's business; and (ii) any amendments to said Manual made after the date of this Nose contract, notice of which has been furnished to the Contractor by the Security Office of the Military Department having security cognizance over the facility. Y (d) Representatives of the Military Department having security cognizance over the facility and representatives of the contracting Military Department shall have the right to inspect at reasonable inter- vals the procedures, methods, and facilities utilized by the Contractor in complying with the security requirements under this contract. Should the Government, through its authorized representative, determine that the Contractor has not complied with such requirements, the Government shall inform the Contractor in writing of the proper actions to be taken in order to effect compliance with such requirements. (e) If, subsequent to the date of this contract, the security classifications or requirements under this contract are changed by the Government as provided in this clause and the security costs under this contract are thereby increased or decreased, the contract price shall be subject to an equitable adjustment by reason of such increased or decreased costs. Any equitable adjustment shall be accomplished in the same manner as if such changes were directed under the "Changes" clause in this contract. (f) The Contractor agrees to insert, in all subcontracts hereunder which involve access to classified security information, provisions which shall conform substantially to the language of this clause, including this paragraph (f) but excluding the last sentence of paragraph (e) of this clause. (g) The Contractor also agrees that it shall determine that any subcontractor proposed by it for the furnishing of supplies and ser- vices which will involve access to classified information in the Con- tractor's custody has been granted an appropriate facility security FP (Oct. 8, 1956) Price Rev. - 12 - Approved For Release 2001/04/23 : CIA-RDP71BCSEt 01600070001-4 Approved For Releasg.2001/04/2 EtRRP71B00697R0016410670001-4 clearance, which is still in effect, prior to being accorded access to such classified security information. 19. UTILIZATION OF SMALL BUSINESS CONCERNS (a) It is the policy f the Government as declared by the Con- gress to bring about the greatest utilization of small business con- cerns which is consistent with efficient production. (b) The Contractor agrees to accomplish the maximum rmount of subcontracting to small business concerns that the Contractor finds to be consistent with the efficient performance of this contract. 20. EXAMINATION OF RECORDS The following clause will be applicable in all negotiated fixed- price supply contracts and purchase eu"ders in excess of 1.,000. EXAMINATION OF RECORDS (a) The Contractor agrees that the Contracting Officer or any of his duly authorized representatives shall, until the expiration of three years after final payment under this contract, have access to and the right to examine any directly pertinent books, documents, papers and records of the Contractor involving transactions related to this contract. (b) The Contractor further agrees to include in all his sub- contracts hereunder a provision to the effect that the subcontracter agrees that the Contracting Officer or any of his duly authorized representatives shall, until the expiration of three years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers, and records of such subcontractor involving transactions related to the subcon- tract. The term "subcontract" as used in this clause excludes (i) Purchase orders not exceeding $1,000 and (ii) subcontracts or pur- chase orders for public utility services at rates established for uniform applicability to the general public. 21. GRATUITIES (a) The Government may, by written notice to the Contractor, terminate the right of the Contractor to proceed under this contract if it is found, after notice and hearing, by the Secretary or his duly authorized representative, that gratuities (in the. form of entertainment, gifts, or otherwise) were offered or given by the Contractor, or any agent or representative of the Contractor, to any officer or employee of the Government with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending, or the making of any determinations with respect to the performance of such contract PROVIDED, That the existence of the facts upon which the Secretary or his duly authorized representative Fikpproyed,Fease 2001/04/23 : CIA-RDP71130061711600070001-4 Price Rev. - 13 - L;Ihtt.t Approved For Release 2QX/04/23 : B00697R001600Qp001-4 makes such findings shall be in issue and may be reviewed in any com- petent court. (b) In the event this contract is terminated as provided in paragraph (a) hereof, the Government shall be entitled (i) to pursue the same remedies against the Contractor as it could pursue in the event of a breach of the contract by the Contractor, and (ii) RS a penalty in addition to any other damages to which it may be entitled by law, to exemplary damages in an amount (as determined by the Secretary or his duly aUthorized representative) which shall be not less than three nor more than ten times the costs incurred by the Contractor in providing any such gratuities to any such officer or employee. (c) The rights and remedies of the Government provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law or under this contract, 22. CONVICT LABOR In connection with the performance of work under this contract, the Contractor agrees not to employ any person undergoing sentence of imprisonment at hard labor. 23. NOTICE AND ASSISTANCE REGARDING PATENT INFRINGEMENT The provisions of this clause shall be applicable only if the amount of this contract is in excess of $5,000. (a) The Contractor shall report to the Contracting Officer, promptly and in reasonable written detail, each notice or claim of patent infringement based on the performance of this contract of which the Contractor has knowledge. (b) In the event of litigation against the Government on account of any claim of patent infringement arising out of the performance of this contract or out of the use of any supplies furnished or work or services performed hereunder, the Contractor shall furnish to the Government, upon request, all evidence and information in possession of the Contractor pertaining to such litigation. Such evidence and informatiPn shall be furnished at the expense of the Government except in those cases in which the Contractor has agreed to indemnify the Government against the claim being asserted. 24. REPORTING OF ROYALTIES The provisions of this clause shall be applicable only if the amount of the contract is in excess of 310,000. (a) The Contractor shall report in writing (in quadruplicate) to the Contracting Officer as soon as practicable after execution of this contract whether or not any royalties in excess of 250 have been paid FP (Oct. 8, 1956) 1413PoNligdr'For Release 2001/04/23 : CIA-a)P71B00697R001600070001-4 (1)?n7 ,ftwor es , Approved For Release 20e1/04/23 : 1.11300697R00160001,1001-4 or are to be paid by. the Contractor dlrectly to any person or firm i:%? connection with the perfarco of .th4.a cootact If royalties in ex- cess of 250 have beau paie, are to be pa Ld to any person cr firm, the repert shall include th.J follJwin7 items of information with rapoot such. revalt!.es (inc1udg. the initial. ,250): (1) The name and are: each licensor to whom royalties th. excess of fe1,253 hive beer. paid or are 'r-o be paid,. (2) The patent n,..mibecs, patent application serial. numbers (with fiitrii dates), or other identification of the basis for Such.. r?oyalties, (3) '211e manner of comoun the royalties consiting. of (i) a brief identification of each royalty-bearing unit or process, ii)'( the total. =mot of royalties, and (iii) the percentage rate or dollars ad cents amount of royalties on each such unit or process ucvaric that if the royaltieS cannot be computedin terms .of units cr dollars and cents value, then other data shoviug the manner in which. the Con- tractor computes the royalties. (b) In lieu of furnishing a retort under. paragraph (a), thc Con- _ tractor nay furnish a single, consolidated re?pert f.f.r each accounting period of the Corit Cactor during which the Contractor has contracts with the Government, provided the Contractor has req4c:sted and obtained p.rico written. ayproval of the ContractAng Officer. Such conscadated poria14. be furnished, whoa the furnishing thereof has been approved, in tho .:...in*er of copies as approved, as soon as practicable after the close of the accountiiii. period covered by tho ropert. Such consclidated report sala, be made .in accordance with ContIactor's established accomt- ids aeice, and shall include, for the accounting period, the total of royalties accruing to each licensr at a rate in excess of -prr annum on tho Contractor's over-all business, together with the name and address of each such licensor, (ii) the patent nnmbors, patent r4iplication serial nullibars -(with filing datos), c other identi- fication of the basis for such royalties, (Iii) a brief description of the So.bject matter of the license under whif:th toyaltieS are charged, (iv) tha percentage -rate or unit amount, or if tho royalties do not accrue by rte cr unit amount, such other data showing the - Manher by. which tne, royalties accrue tf: licensor, and. (v) on estimate cr approxi- matdon (without detailed accounting) of the Izortion cf such royalties that may be attributable to Go-lerament zontracts. The Contractor shall, if requested by the Government, furnish at Government expense a more detai:ted ailocatu o such royalty payments attributable to Goyernment contractS. (c) To the event that the Contractor requests written approval to furnish consolidated reporte under paragraph (b) above, the Contractinl Officer shall promTtly considei' the request an furnish to the Contrac- tor a letter stating whetbr'or r.lot the request. is approved and, not- withstandinc any such approval, the Contractinficier shall have the right to question any such subsequently furnished roport as to accuracy. or comoleteness of data and to aslr. for additional Infea-matioh. The , Contractor shall furnish a copy of such letter of approval to the Con- tracting Cfficer administering the, cer.tract, FP (Oct. 8, 1956) Price Rev. :15 ? Approved For Release 2001/04/23 : CIA-RDP71B00011700100070001-4 Approved For Release 2QQ,1/04/23 : S -411- 1B00697R001600W001-4 (d) After payment of eighty percent (80%) of the amount of this contract, as from time to time amended, further payment shall be with- held until a reserve of either (i) .ten percent (10%) of such amount or (ii) $5,000, which ever is less, shall have been aet aside, such reserve or the balance thereof to be retained until the Contractor shall have furnished to the Contracting Officer. the report called for by paragraph (a) hereof or the copy of the letter approving the Contractor's request to furnish the report under paragraph (b); PROVIDED that no amount shall continue to be withheld from payment for the causes specified in this Paragraph (d) if the Contracting Officer shall find that the Contractor has not been furnished a letter as required by paragraph (c) within a reasonable time after making written request to submit a single, con- solidated report under the provisions of paragraph (b) of this clause; and PROVIDED FURTHER that the Contracting Officer may, in his discre- tion, order payment to be withheld in the amount and manner above pro- vided if the report called for by paragraph (a) is unsatisfactory or (b) isdaonbut,,has'not,heen reCeived, or if received, is found to be unsat- isfactory. No amount shall be withheld under this paragraph when the minimum amount specified by this paragraph is being withheld under other provisions of this contract The withholding of any amount or subsequent payment thereof to the Contractor shall not be construed as a waiver of any right accruing to the Government under this contract. 25. FILING OF PATENT APPLICATIONS (a) Before filing or causing to be filed a patent application dis- closing any subject matter of this contract, which subject matter is classified "Secret" or higher, the Contractor shall, citing the thirty (30) day provision below, transmit the proposed application to the Con- tracting Officer for determination whether, for reasons of national security, such application should be placed under an order of secrecy or sealed in accordance with the provisions of 35 U. S. Code 181-188 or the issuance of a patent should be otherwise delayed under pertinent statutes or regulations and the Contractor shall observe any instruc- tions of the Contracting Officer with respect to the manner of delivery of the patent application to the U. S. Patent Office for filing, but the Contractor shall not be denied the right to file such patent appli- cation. If the Contracting Officer shall not have given any such in- structions within thirty (30) days from the date of mailing or other transmittal of the proposed application, the Contractor may file the application. (b) The Contractor shall furnish to the Contracting Officer, at the time of or prior to the time when the Contractor files or causes to be filed a patent application disclosing any subject matter of this contract, which subject matter is classified "Confidential," a copy of such application for determination whether, for reasons of national security, such application should be placed under an order of secrecy or the issuance of a patent should be otherwise delayed under pertinent statutes or regulations. FP (Oct. 8, 1956) Price Rev. Approved For Release 2001/04/23 elAiROF'71 '1k0131600070001-4 Approved For Release 21)01/04/23 : WEI1B00697R001600e0001-4 (n) In filing any patent apialLeati?an cin within the scope CI' this clause, the Contraetor shnal observe all atiplicable security regu- lations covering the transmission of classifled Subject matter 26. AUTHORIZATION AND COMFIT The following clause shall be mpplicable in all tontrants for sup- plies (including construction work), exeopt nu.Tchase orders of $5,000 or less: The Government hereby gives its authorization and consent (without prejudice to its rights of indemnificattona if such rights are Provided for in this contract) for all. USQ and manufacture, in the perfortanne of this contract or any part hereof or any amendAent hereto or any snbenn- , tract hereunder (including any lower-tier subcontract)y of any patented invention (i) embodied in the strnatnre or composition of any article the delivery of which is accepted by the Government under this ccntraet, or (ii) utilized in the machinery, tools, Or methodS the use of which necessarily results from compliance by the Contractor or the using sub- contractor with (a) si3ecifications or written provisions new c,r hereafter forming a part of this contract, or (b) specific written instruetinns given by the Contracting Officer directing the manner Of performance. Me Contractor's entire liability to the Government for patent ?infringe- ment shnll be determined solely by the provisions of the indemnity clause, if any, included in the contract and the Government assumes liability for all other infringement to the extent of the authorization and ennsent hexeinabnve granted. 27 PAT RIGHTS (a) An used in this clause, the following terms shall have the meanings set forth beloWn (i) The term "S-uhjeet Inventii.,e means any invention, improve- mnnt or discovery (whether or not patentable) conceived cr first actually reduced to practice either (A) in the performance of the experimental, developmental, or research work called for or required under this con, traet, or (B) in the. performance of any experimental, developmental, or research work relating to the snNact matter of this contract which was done upon an understanding, in writing that a contract wnuld be awarded; PROVIDED that the term "SUajent Invention" shall not include any inven- tion vithieh is specifically ifinntlfied and listed, in the Schedule for the. purpose of exnluding it from the license granted by this ause. (ii) The term "Tnennical Pcrsonnel nuans any person employe- by- or working under contract with the Contractor (other than n. sub con- tractor whose responSibilitles with respect to rights accruing to the Government an inventions arising under subcontracts are sot forth, in paragraphs (g), (h), and (i) of this clause) who, by reason of the ' nature of his duties in connection with the performance nf this con- tract, would reasonably be ennectcal to make inventions. (Oct.8, 1956) PAPP4onciFor Release 2001/04/23 : CIA-Rpin1B00697R091 OLIVA 07.0001-4 LA Approved For Release 24a1,04,2torr P71B00697R001600W001-4 (iii) The terms "subcontract" and "subcontractor" mean any subcontract or subcontractor of the Contractor, and any lower-tier sub- contract or subcontractor under this contract. (b) (1) The Contractor agrees to and does hereby grant to the Govern- ment an irrevocable, nonexclusive, nontransferable, and royalty-free license to practice, and cause to be practiced by or for the United States Government throughout the world, each Subject Invention in the manufacture, use and disposition according to law, of any article or material, and in the use of any method. No license granted herein shall convey any right to the Government to manufacture, have manufactured, or use any Subject Invention for the purpose of providing services or sup- plies to the general public in competition with the Contractor or the Contractor's commercial licensees in the licensed fields. (2) With respect to: (i) any Subject Invention made by other than Technical Per- (ii) any Subject Invention conceived prior to, but first actually reduced to practice in the course of, any of the experimental, developmental, or research work specified in (a)(i) above: and (iii) the practice of any Subject Invention in foreign countries; the obligation of the Contractor to grant a license as pro- vided in (b)(1) above, to convey title as provided in (d)(ii)(B) or (d) (iv) below, and to convey foreign rights as provided in -(e) below; shall be limited to the extent of the Contractor's right to grant the same Without incurring any obligation to pay royalties or ether compensation to others solely on account of said grant. Nothing contained in this Patent Rights clause shall be deemed to grant any license under any in- vention other than a Subject Invention. (c) The Contractor shall furnish to the Contracting Cfficer the following informatiGn and reports concerning Subject Inventions which reasonably appear to be patentable: (L) a written disclosure promptly after conception or first actual reduction to practice of each such Invention together with a written statement specifying whether or not a United States patent appli- cation claiming the Invention has been or will be filed by or on behalf of the Contractor; (ii) interim reports, at least every twelve months, commen- cing with the date of this contract, each listing all such Inventions conceived or first actually reduced to practice more than three months prior to the date of the report, and not listed on a prior interim re- port, or certifying that there are no such unreported Inventions; and (iii) prior to final settlement of this contract, a final report listing all such Inventions including all those previously listed in interim reports. sound; (d) In connection with each Subject Invention referred to in (c)(i) above, the Contractor shall do the following: FP (Oct, 8, 1956) Prigetpftroved For Release 2001/04/23 : CIA-RPF171B00697R001600070001-4 Approved For Release 2QW/04/23 :SIA-RDP71B00697R0016000W001-4 SOU (i) if the Contractor specifies that a United States patent application claiming such Invention will be filed, the Con- tractor shall file or cause to be filed such application in due form and time; however, if the Contractor, after having specified that such an application would be filed, decides not to file or cause to be filed said application, the Contractor shall so notify the Con- tracting Officer at the earliest practicable date and in any event not later than eight months after first publication, public use or sale. (ii) if the Contractor specifies that a United States patent application claiming such Invention has not been filed and will not be filed (or having specified that such an application will be filed thereafter notifies the Ckntracting Officer to the contrary), the Contractor shall: (A) inform the Contracting Officer in writing at the earliest practicable date of any publication of such Invention. made by or known to the Contractor or, where applicable, of any contemplated Nirm0 publication by the Contractor, stating the date and identity of such publication or contemplated publication; and (B) convey to the Government the Contractor's entire right, title, and interest in such Invention by delivering to the Con- tracting Officer upon written request such duly executed instruments (prepared bythe Government) of asSignment and application, and such other papers as are deemed necessary to vest in the Government the Contractor's right, title, and interest aforesaid, and the right to apply for and prosecute patent applications covering such Invention throughout the world, subject, however, to the right of the Contrac- tor specified in (e) below to file foreign applications, and subject further to the reservation of a non-exclusive and royalty-free license to the Contractor (and to its existing and future associated and affi- liated companies, if any, within the corporate structure of which the Contractor is a part) which license shall be assignable to the succes- sor of that part of the Contractor's business to which such Invention pertains: %NV (iii) the Contractor shall furnish promptly to the Con- tracting Officer on request an irrevocable power of attorney to in- spect and make copies of each United States patent application filed by or on behalf of the Contractor covering any such Invention; (iv) In the event the Contractor, or those other than the Government deriving rights from the Contractor, elects not to continue prosecution of any such United States patent application filed by or on behalf of the Contractor, the Contractor shall so notify the Con- tracting Officer not less than sixty days before the expiration of the response period and, upon written request, deliver to the Contrac- ting Officer such duly executed instruments (prepared by the Government) as are deemed necessary to vest in the Government the Contractor's entire right, title, and interest in such Invention and the applica- tion, subject to the reservation as specified in (d)(ii) above; and (v) the Contractor shall deliver to the Contracting Officer duly executed instruments fully confirmatory of any license rights herein agreed to be granted to the Government. FP (Oct. 8, 1956) Pr193431fittWed For Release 2001/04/23 : GIAIRDP71B0G6 1001600070001-4 'NOV' Approved For Release 20,10/04/23 : CIA-RDP71B00697R0016000Z,(1001-4 SICRET (e) The Contractor, or those other than the Government deriving rights from the Contractor, shall have the exclusive rights to file applications on Subject Inventions in each foreign country within: (i) nine months from the date a corresponding United States application is filed; (ii) six months from the date permission is granted to file foreign applications where snch filing had been prohibited for security reasons; or (iii) such longer period as may be approved by the Contrac- ting Officer. The Contractor shall, upon written request of the Con- tracting Officer, convey to the Government the Contractor's entire right, title, and interest in each Subject Invention in each foreign country in which an application has not been filed within the time above specified, subject to the reservation of a non-exclusive and royalty-free license to the Contractor together with the right of the Contractor to grant sublicenses, which license and right shall be as- signable to the successor of that part of the Contractor's business to which the Subject Invention pertains. (f) If the Contractor fails to deliver to the Contracting 3fficer the interim reports required by (c)(ii) above, or fails to furnish the written discleslAres for all Subject Inventions required by (c)(i) above shown to be due in accordance with any interim report delivered under (c)(ii) or otherwibe known to be unreported, there shall be withheld from payment until the Contractor shall have corrected such failures either ten percent (10%) of the amount of this contract, as from time to time amended, or five thousand dollars ($5,000), whichever is less. After payment of eighty percent (80%) of the amount of this contract, as from time to time amended, payment shall be withheld until a reserve of either ten percent (10%) of such amount, or five thousand dollars 4.)5,000), whichever is less, shall have been set aside, ,such reserve or balance thereof to be retained until the Contractor shall have fur- nished to the Contracting Officer: (i) the final report required by (c)(iii) above; (ii) written disclosures for all Subject Inventions required by (c)(i)above which are shown to be due in accordance with interim re- ports delivered under (c)(ii) above or in accordance with such final reports or are otherwise known to be unreported; and (iii) the information as to any subcontractor required by (h) below. The maximum amount which may be withheld under this paragraph (f) shall not exceed ten percent (10%) of the amount of this contract or five thousand dollars ($5,000), whichever is less, and no amount shall be withheld under this paragraph (f) when the amount. specified by this paragraph (f) is being withheld under other provisions of this contract. The withholding of any amount or subsequent payment thereof to the Contractor shall not be construed as a waiver of any rights ac- cruing to the Government under this contract. This paragraph (f) shall not be construed as requiring the Contractor to withhold any amounts from a subcontractor to enforce compliance with the patent provisions of a subcontract. prAppixtved For Release 2001/04/23 : CJA2RDP71B0069 1070001-4 FP (Oct. 8 1956) Approved For Release 201!r1/04/23 : CSE B00697R0016000111001-4 (g) The Contractor shall exert all reasonable effort in negotia- ting for the inclusion of this Patent Rights clause in any subcontract hereunder of three thousand dollars ($3,000) or more having experimen- tal, developmental, or research work as one of its purposes. In the event of refusal by a subcontractor to accept the Patent Rights clause, the Contractor shall not proceed with the subcontract without written authorization of the Contracting Officer, and upon obtaining such auth- orization, shall cooperate with the Government in the negotiation with such subcontractor of an acceptable patent rights clause: PROVIDED, however, that the Contractor shall in any event require the subcontrac- tor to grant to the Government patent rights under Subject Inventions of no less scope and on no less favorable terms than those which the Contractor has under such subcontracts, except that in no event shall the subcontractor be required to grant to the Government patent rights in excess of those herein agreed to be granted to the Government by the Contractor. (h) The Contractor shall, at the earliest practicable date, notify the Contracting Officer in writing of any subcontract containing a patent rights clause, furnish the Contracting Officer a copy of such clause, and notify the Contracting Officer when such subcontract is completed. It is understood that with respect to such subcontract clause, the Government is a -b:. rd party beneficiary, and the Contractor hereby assigns to the Government all the rights that the Contractor would have to enforce the subcontractor's Obligations for the benefit of the Government with res- pect to Subject Inventions. The Contractor shall not be obligated to enforc'e the agreements of any subcontractor hereunder relating to Subject inventions. (i) When the Contractor shows that it has been delayed in the performance of this contract by reason of its inability to obtain in ac- cordance with (g) above a suitable patent rights clause from a qualified subcontractor for any item or service required under this contract for which the Contractor itself does not have available facilities or quali- fied personnel, the Contractor's delivery dates shall be extended for a period of time equal to the duration of such delay; and, upon request of the Contractor, the Contracting Officer shall determine to what ex- tent, if any, an additional extension of the delivery dates and an in- crease in contract prices based upon additional costs incurred by such delay are proper under the circumstances; and the contract shall be modified accordingly. If the Contractor, after exerting all reasonable effort, is unable to obtain a qualified subcontractor as sat forth above, the Contractor may submit to the Contracting Officer a written request for waiver or modification of the requirement that a suitable patent rights clause be included in the subcontract. Such request shall specifically state that the Contractor has used all reasonable effort to obtain such qualified subcontractor, and shall cite the waiver or termination provision hereinafter set forth. If, within thirty-five (35) days after the date of receipt of such request FP (Oct. 8, 1956) Price Rev. - 21 - Approved For Release 2001/04/23 : CIA-RDP71B0061~61fel00070001-4 t Approved For Release 2Q1 /04/23 : 1A-RDP71B00697R00160002D001-4 dati for a waiver or modification of said requirement, the Contracting Offi- cer shall fail to deny in writing such request, the requirement shall . be deemed to have been waived by the Government. If within such period the Contractor shall receive a written denial of such request by the Contracting Offieer, this contract shall thereupon automatically ter- minate and the rights and obligations of the parties shall be governed by th provisions of the clause of this contract providing for termina- tion for the convenience of the Government. 28. ClOPYRIGHT (a) The Contractor agrees to and does hereby grant to the Govern- ment, and to its officers, agents and employees acting within the scope of their official duties, (1.) a royalty-free, nonexclusive and irrevo- cable license to reproduce, translate, publish, use, and dispose of, and to authorize others so to do, all copyrightable macerial first pro- duced or composed and delivered to the Government under this contract by the .Contractor, its employees or any individual or concern specifi- cally employed or assigned to originate and prepare such material and (ii) a license as aforesaid under any and all copyrighted or copyright- able work not first produced or composed by the Contractor in the per- formance of this contract but which is incorporated in the material fur- nished under the contract, provided that such license shall be only to the extent the contractor now has, or prior to completion or final set- tlement of the contract may acquire, the right to grant such license without becoming liable to pay compensation to others solely because of such grant. (b) The Contractor agrees that it will exert all reasonable effort to advise the Contracting Officer, at the time of delivering any-copy- rightable or copyrighted work furnished under this contract, of any adversely held copyrighted or copyrightable material incorporated in any such work and of any invasion of the right of privacy therein con- tained (c) The Contractor agrees to promptly and in reasonable written right infringement received by the ml delivered under this contract. 1?1 M. ,111 NMI W 1. W' ? V W report to the Contracting Officer, detail, any notice or claim of copy- Contractor with respect to any ranter- The Contractor agrees to and does to the full extent of the Contractor's of compensation to others, the right t for governmental purposes (i ernments for their may deman hereby grant to th- right to rnment, without payment educe, use, and disclose g the right to give to foreign gov- the national interest of the United States or any part of the reports, drawings, blueprints, data, information specified to be delivered by the Contractor thet?iaothing SP (Oct. 8, 1956) PAia3T-oCI'ForRelease 2001/04/23 : ciaDi571B0ug R001600070001-4 Approved For Release 241/04/23 : CIA-RDP71600697R0016000a001-4 c6nttincA to grant any license under an SECRET 30. GOVERNMENT-FURNISHED PROPERTY J. L.. eziz or issued or to alp contract.- (a) The Government shall deliver to the Contractor, for use in connection with and under the terms of this contract, the property des- cribed in the Schedule or specifications, together with such related data and information as the Contractor may request and as may reason- ably be required for the intended use of such 'property (hereinafter referred to as "Government-furnished Property"). The delivery or per- formance dates for the supplies or services to be furnished by the Con- tractor under this contract are based upon the expectation that Govern- ment-furnished Property suitable for use will be delivered to the Con- tractor at the times stated in the Schedule or, if not so stated, in sufficient time to enable the Contractor to meet such delivery or per- formance dates. In the event that Government-furnished Property is not delivered to the Contractor by such time or times, the Contracting Offi- cer shall, upon timely written request made by the Contractor, make a determination of the delay occasioned the Contractor thereby, and shall equitably adjust the delivery or performance dates or the contract price, or both, and any other contractual provision affected by such delay, in accordance with the procedures provided for in the clause of this con- tract entitled "Changes-" In the event the Government-furnished Property is received by the Contractor in a condition not suitable for the in- tended use the Contractor shall, upon receipt thereof, notify the Con- tracting Officer of such fact and, as directed by the Contracting Offi- cer, either (i) return such property at the Government's expense or otherwise dispose of the property, or (ii) effect repairs or modifica- tions. Upon the completion of (i) or (ii) above, the Contracting Officer upon written request of the Contractor shall equitably adjust the delivery or performance dates or the contract price, or both, and any other con- tractual provision affected by the rejection or disposition, or the re- pair or modification, in accordance with the procedures provided for in the clause of this contract entitled "Changes." The foregoing provisions for adjustment are exclusive and the Government shall not be liable to suit for breach of contract by reason of any delay in delivery of Gov- ernment-furnished Property or delivery of such property in a condition not suitable for its intended use. (b) By notice in writing the Contracting Officer may decrease the property furnished or to be furnished by the Government under this con- tract. In any such case, the Contracting Officer upon the written re- quest of the Contractor shall equitably adjust the delivery or per- formance dates or the contract price, or both, and any other contrac- tual provisions affected by the decrease, in accordance with the pro- cedures provided for in the clause of this contract entitled "Changes." FP (Oct.8, 1956) Price Rev. - 23 - Approved For Release 2001/04/23 : CIA-RDP71B0 04,4164400070001-4 Approved For Release 241/04/23 : CIA-RDP71B00697R0016000W,001-4 ooliET (c) Title to the Government-furnished property shall remain in the Government. Title to Government-furnished property shall not be affected by the incorporation or attachment thereof to any property not owned by the Government, nor shall such Government-furnished pro- perty, or any part thereof, be or become a fixture or lose its identity as personalty by reason of affixation to any realty. The Contractor shall maintain adequate property control records of Government-furnished property in accordance with the provisions of the "Manual for the Control of Government Property in the Possession of Contractors" (Appendix B, Armed Services Procurement Regulation) as in effect on the date of the contract, which Manual is hereby incorporated by reference and made a part of this contract. (d) The Government-furnished property shall, unless otherwise provided herein, be used only for the performance of this contract. (e)' The Contractor shall maintain and administer, in accordance with Sound industrial practice, a program for the, maintenance, repair, protection and preservation of Government-furnished property, until disposed of by the Contractor in accordance with this. clause. In the event that any damage occurs to Government-furnished Property the risk of which has been assumed by the Government under this contract, the Government shall replace such items or the Contractor shall make such repair of the property as the Government directs; provided, however, that if the Contractor cannot effect such repair within the time re- quired, the Contractor shall dispose of such property in the manner directed by the Contracting Officer. The contract price includes no compensation to the Contractor for the performance of any repair or replacement for which the Government is responsible, and an. equitable adjustment will be made in the contract price for any such repair or replacement of Government-furnished property made at the direction of the Government. Any repair or replacement for which the Contractor is responsible under the provisions of this contract shall be accom- plished by the Contractor at its own expense. (f) (i) Except for loss, destruction or damage resulting from a failure of the Contractor, due to willful misconduct or lack of good faith of any of the Contractor's managerial personnel as defined -herein, to maintain and administer the program for the maintenance, repair, protection and preservation of the Government-furnished pro- perty as required by paragraph (e) hereof, and except as specifically provided in clause (s) of this contract or in the clause or clauses of this contract designated in the Schedule, the Contractor shall not be liable for loss or destruction of or damage to the Gov- ernment-furnished property (A) caused by any peril while the property is in transit off the Contractor's premises, or (B) caused by any of the following perils while the property is on the Contractor's or sub- contractor's premises, or on any other premises where such property may properly be located, or by renovna .t,:h,..Qem--11,,)4.7.ausa of any of the following perils: FP (Oct. 8, 19;56) Price Rev. - 2.4 - Approved.For Release 2001/04/23 : CIA-RDP71B006,90110' 0600070001-4 - Approved For Release 2091/04/23 : CalragDP71B00697R0016000,11001-4 (I) Fire; lightning; windstorm, cyclone, tornado, hail; explo- sion; riot, riot attending a strike, civil commotion; vandalism and mali- cious mischief; sabotage; aircraft or objects falling therefrom; vehicles running on land or tracks, excluding vehicles owned or operated by the Contractor or any agent or employee of the Contractor; smoke, sprinkler leakage; earthquake or volcanic eruption; flood, meaning thereby rising of a body of water; hostile or warlike action, including action in hin- dering, combating, or defending against an actual, impending or expeeoed attack by any government or sovereign power (de jure or de facto), or by any authority using military, naval, or air forces, or by an agent of any such government, power, authority, or forces; or (II) Other peril, of a type not listed anove, if such other peril is customarily covered by insurance (or by a reserve for self- insurance) in accordance with the normal practice of the Contractor, or the prevailing practice in the industry in which the Contractor is en- gaged with respect to similar property in the same general locale. The perils as set forth in (A) and (B) above, are hereinafter called "excepted perils." This clause shall not be construed as relieving a subcontractor from liability for loss or destruction of or damage to the Government-Furnished propertr while in its possession or control, except to the extent that the subcontract, with the prior approval of the Contracting Officer, may provide for the relief of the subcontractor from such liability. In the absence of such approval, the subcontract shall contain appropriate pro- visions requiring the return of all Government-Furnished property in as good condition as when received, except for reasonable wear and tear or for the utilization of the property in accordance with the provisions of the prime contract. The term "Contractor's managerial personnel" as used herein means the Contractor's directors, officers and any of its managers, superin- tendents, or other equivalent representatives who have supervision or direction of (I) all or substantially all of the Contractor's business; (II) all or substantially all of the Contractor's operation at any one , plant or separate location at which the contract is being performed; / NAM) a separate and complete major industrial operation in connection with, the performance of this contract. (ii) The Contractor represents that it is not including in the price hereunder, and agrees that it will not hereafter include in any price to the Government, any charge or reserve for insurance (including self-insurance funds or reserves) covering loss or destruction of or damage to the Government-furnished property caused by any excepted peril. (iii) Upon .the happening of loss or destruction of or damage to any Government-furnished property caused by an excepted peril, the Contractor shall notify the Contracting Offiaer thereof, and shall .b.e (Oct. 8, 1956) 1 PApprokted.For Release 2001/04/23 : CIA-RDP71B00697R001600070001-4 Approved For Release 2Qa1/04/23 : CIA-RDPAB00697R001600074001-4 communicate with the Loss and Salvage Organization, if any, now or here- after designated by the Contracting Officer, and with the assistance of the Loss and Salvage Organization so designated (unless the Contracting Officer has directed that no such organization be employed), shall take all reasonable steps to protect the Government-furnished property from further damage, separate the damaged and undamaged Government-furnished property, put all the Government-furnished property in the best possible order, and furnish to the Contracting Officer a statement of: (A) the lost, destroyed and damaged Government-furnished property (B) the time and orlgin of the loss, destruction or damage, (C) all known interests in commingled property of which the Government-furnished property is a part, and (D) the insurance, if any, covering any part of or interest in such commingled property. The Contractor shall be reimbursed for the expenditures made by it in performing its obligations under this sub- paragraph (iii)(including charges made to the Contractor by the Loss and Calvage Organization, except any of such charges the payment of which the Government has, at its option, assumed directly), to the extent ap- proved by the Contracting Officer and set forth in a Supplemental Agree- ment, (iv) With the approval of the Contracting Officer after loss or destruction of or damage to Government-furnished property, and sub- ject to such conditions and limitations as may be imposed by the Con- tracting Officer, the Contractor may, in order to minimize the loss to the Government or in order to permit resumption of business or the like, sell for the account of the Government any item of Government-furnished property which has been damaged beyond practicable repair, or which is so commingled or combined with property of others, including the Con- tractor, that separation is impracticable. (v) Except to the extent of any loss or destruction of or damage to Government-furnished property for which the Contractor is re- lieved of liability under the foregoing provisions of this clause, and except for reasonable wear and tear or depreciation, or the utilization of the Government-furnished property in accordance with the provisions of this contract, the Government-furnished property (other than property permitted to be sold) shall be returned to the Government in as good condition as when received by the Contractor in connection with this contract, or as repaired under paragraph (e) above. (vi) In the event the Contractor is reimbursed or compensated for any loss or destruction of or damage to the Government-furnished property, caused by an excepted peril, it shall equitably reimburse the Government. The Contractor shall do nothing to prejudice the Government's rights to recover against third parties for any such loss, destruction or damage and, upon the request of the Contracting Officer, shall at the Government's expense, furnish to the Government all reasonable assistance and cooperation (including the prosecution of suit and the execution of instruments of assignment in favor of the Government) in Obtaining re- covery. In addition, where a subcontractor has not been relieved from liability for any loss or destruction of or damage to the Government- 2 001/04/23 : CIA-ROP71B00697R400,1400070001-4 Price Rev. - 26 - Approved For Release 20X/04/23 : CIA-RDP71B00697R001600(141001-4 Furnished property, the Contractor shall enforce the liability of the subcontractor for such loss or destruction of or damage to the Govern- ment-Furnished property for the benefit of the Government. (vii)(Where applicable). In the event any aircraft are to be furnished under this contract, any loss or destruction of, or aomage to, such aircraft or other Government-furnished property occurring in con- nection with operations of said aircraft will be governed by the clause of this contract captioned "Flight Risks", to the extent such clause is, by its terms, applicable. (g) The Government shall at all reasonable times have access to the premises wherein any Government-furnished property is lecated. (h) Upon the completion of this contract, or at such earlier date as may be fixed by the Contracting Officer, the Contractor shall submit, *ow in a form acceptable to the Contracting Officer, inventory schedules covering all items of Government-furnished property not consumed in the performance of this contract (including any resulting scrap), or not theretofore delivered to the Government, and shall deliver or make such other disposal of such Government-furnished property, as may be directed or authorized by the Contracting Officer. Recoverable scrap from Gov- ernment-furnished property shall be reported in accordance with a pro- cedure and in such form as the Contracting Officer may direct. The net proceeds.of any such disposal shall be credited to the contract price or shall be paid in such other manner as the Contracting Officer may direct.. (i) Directions of the Contracting Officer and communications of the Contractor shall be in writing. 31. TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (a) The performance of work under this contract may be terminated by the Government in accordance with this clause in whole, or from time to time in part, whenever the Contracting Officer shall determine that such termination is in the best interest of the Government. Any such termination shall be effect 7:d by delivery to the Contractor of a Notice of Termination specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination be- comes effective.. (b) After receipt of a Notice of Termination, and except as other- wise directed by the Contracting Officer, the Contractor shall (1) stop work under the contract on the ante and to the extent specified in the Notice of Termination; (2) place no further orders or subcontracts for materials, services, or facilities except as may be necessary for COM- pletion of such portion of the work under the contract as is not ter- minated; (3) terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the Notice of Ter- mination; (4) assign to the Government, in the manner, at the times, and to the extent directed by the Contracting Officer, all of the right, Pr ? ?I'atved3FoMase 2001/04/23 : CIA-RDP71B00697R001600070001-4 cc Rev. - 27 - Approved For Release 241/04/23 : CIA-10g0697R001600074001-4 title, and interest of the Contractor under the orders and subcontracts so terminated, in which case the Government shall have the right, in its discretion, to settle or pay any or all claims arising out of the termina- tion of such orders and subcontracts; (5) settle all outstanding liabi- lities and all claims arising out of such termination of orders and sub- contracts, with the approval or ratification of the Contracting Officer, to the extent he may require, which approval or ratification shall be final for all the purposes of this clause; (6) transfer title and deliver to the Government, in the manner, at the times, and to the extent, if any, directel by the Contracting Officer, (i) the fabricated or unfabricated parts, work in process, completed work, st4pplies, and other material pro- duced as a part of, or acquired in connection with the performance of, the work terminated by the Notice of Termination, and (ii) the. completed or partially completed plans, drawings, information, and other property which, if the contract had been completed, would have been required to be furnished to the Government, (7) use its best efforts to sell, in the manner, at the -times, to the extent, and at the price or prices directed New or authorized by the Contracting Officer, any property of the types re- ferred to in provision (6) of this paragraph, PROVIDED, HOWEVER, that the Contractor (i) shall not be required to extend credit to any purchaser, and (ii) may acquire any such property under the conditions prescribed. by and at a price or prices approved by the Contracting Officer; and. PROVIDED further that the proceeds of any such transfer or disposition shall be applied in reduction of any payments to be made by the Govern- ment to the Contractor under this Contract or shall otherwise be credited to the price or cost of the work covered by this contract or paid in such other manner as the Contracting Officer may direct; (8) complete perfor- mance of such lpart of the -work as shall not have been terminated by the Notice of Termination; and (9) take such action as may be necessary, or as the Contracting Officer may direct, for the protection and preserva- tion of the property related to this contract which is in the possession of the Contractor and in which the Government has or may acquire an interest. At any time after expiration of the plant clearance period, as defined in Section VIII, Armed Services Procurement Regulation, as it may be amended from timeato-tirre3---the Contractor may submit to the Contrac- ting Officer a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by the Contracting Officer, and may request the Government to remove such items or enter into a storage agreement covering them. Not later than fifteen (15) days thereafter, the Government will accept title to such items and remove them or enter into a storage agreement covering the sane, PROVIDED that the list submitted shall be subject to verification by the Contrac- ting Officer upon removal of the items, or if the items are stored, within forty-five (45) days from the ante of submission of the list, and any necessary adjustment to correct the list as submitted sha,1i be made prior to final settlement. (c) After receipt of a Notice of Termination, the Contractor shall submit to the Contracting Officer its termination claim, in the form and FP (Oct. 8, 1956) Er*Pd6Ved For Release 2001/04/23 : CIA:R61B00697k if 4 0070001-4 Approved For Release 2601/04/23 : Cupc-rcu 71B00697R001600d,1001-4 with the certification proscribod by the Contracting Officer, Such claim shall be submitted promptly but in no event later than two years from the effective date of termination, unless one or more extensions in writ- ing are granted by the Contracting Officer, upon request of the Contrac- tor made in writing within such two-year period or auttorizod extension thereof. However, if the Contracting Officer determines that the facts justify such action, he may receive and act upon any such termination claim at any time after such two-year period or any extension thereof. Upon failure of the Contractor to submit its termination claim within the tine allowed, the Contracting Officer may determine, on the basis of Information available to him, the amount, if any, due to the Contractor by reason of the termination and shall thereupon pay to the Contractor the amount so determined. (d) Subject to the provisions of paragraph (c), the Contractor and the Contracting Officer may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant to this clause, which amount Or amounts may include a reasonable allowance for profit on work done. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. Nothing in paragraph (c) of this clause, pres- cribing the amount to be paid to the Contractor in the event of failure of the Contractor and the Contracting Officer to agree upon the whole amount to be paid to the Contractor byreason of the termination of work pursuant to this clause, shall be deemed to limit, restrict, or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to thu Contractor pursuant to this paragraph (a). (e) In the event of the failure of the Contractor and the Contrac- tinE -.Officer to agree as provided in paragraph (d) upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this clause, the Contracting Officer shall determine, on the basis of information available to him, the amount, if any, duo to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined as follows: (1) For completed supplies accepted by the Government (or sold or acqnired as provided in paragraph (b)(7) above) and not theretofore paid for, a sum equivalent to the aggregate price for such supplies com- puted in accordance with the price or prices specified in the contract, appropriately adjusted for any saving of freight or other charges; (2) The total of -- (i) The costs incurred in the performance of the work termina- ted, including initial costs and preparatory oxpense allocable thereto, but exclusive of any costs attributable to supplies paid or to be paid for under paragraph (c)(1) hereof; FP (Oct. 8, 1956) Price Rev. - 29 - Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2661/04/23 : CIA-RDP711300697R001600076001-4 Sitttif (ii) The cost of settling and paying claims arising out of the termination of work under subcontracts or orders, as provided in para- graph (b)(5) above, which are properly chargeable to the terminated portion of the contract (exclusive of amounts paid or payable on account of supplies or materials delivered or services furnished by subcontrac- tors or vendors prior to the effective date of the Notice of Termina- tion, which amounts shall be included in the costs payable under (i) above). (iii) An allowance for profit in keeping with the provisions of the clause, "Price Redetermination," of the Schedule hereto. (3) The reasonable costs of settlement, including accounting, legal, clerical, and other expenses reasonably necessary for the prepara- tion of settlement claims and supporting data with respect to the ter- minated portion of the contract and for the termination and settlement of subcontracts thereunder, together with reasonable storage, trans- portation, and other costs incurred in connection with the protection or disposition of property allocable to this contract. The total sum to be paid to the Contractor under (1) and (2) of this paragraph (e) shall not exceed the total contract price as re- duced by the amount of payments otherwise made and as further reduced by the contract price of work not terminated. Except for normal spoil- age, and except to the extent that the Government shall have otherwise expressly assumed the risk of loss, there shall be excluded from the amounts payable to the Contractor as provided in paragraph (e)(1) and paragraph (e)(2)(i), the fair value, as determined by the Contracting Officer, of property which is destroyed, .lost, stolen, or damaged so as to become undeliverable to the Government, or to a buyer pursuant to paragraph (b)(7). (f) Any determination of costs under paragraph (c) or (e) hereof shall be governed by the Statement of Principles for Consideration of Costs set forth in Part 4 of Section VIII of the Armed Services Pro- curement Regulation, as in effect on the date of this contract. (g) The Contractor shall have the right of appeal, under the clause of this contract entitled "Disputes," from any determination made by the Contracting Officer under paragraphs (c) or (e) above, except that if the Contractor has failed to submit its claim within the time provided in paragraph (c) above and has failed to request extension of such time, he shall have no such right of appeal. In any case where the Contracting Officer has made a determination of the amount due -Under paragraph (c) or (c) above, the Government shall pay to the Contractor the following (i) if there is no right of appeal hereunder or if no timely appeal has been taken, the amount so deter- mined by the Contracting Officer, or (ii) if an appeal has been taken, the amount finally determined on such appeal. FP (Oct. 8, 1956) Price Rev. - 30 - Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2041/04/23 : CstartiB00697R0016000W01-4 (h) In arriving at the amount due the Contractor under this clause There shall be deducted (1) all unliquidated advance or other unliquidated payments on account theretofore made to the Contractor, (2) any claim which the Government may have against the Contractor in connection with this contract, and (3) the agreed price for, or the proceeds of sale of, av materials, supplies, or other things acquired by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise re- covered by or credited to the Government. W If the termination hereunder be partial, prior to the settle- ment dt. the terminated portion of this contract, the Contractor may file with tiv. Contracting Officer a request in writing for an equitable ad- justmen of the price or prices specified in the contract relating to the coninued portion of the contract (the portion not terminated by the No ice of Termination), and such equitable adjustment as may be agreed bon shall be made in such price or prices_ 1 (i The Government may from time to time, unaer such terms and con- ditions as it may prescribe, make partial payments and payments on account against cbss incurred by the Contractor in connection with the terminated portion of this contract whenever in the opinion of the Contracting Offi- cer the aggegate of such payments shall be withir the amount to which T the ContracTor will ba entitled hereunder. If the total of such payments is in exces of the amount finally agreed or determined to be duo under this clause,, such excess shall be payable by the Contractor to the Gov- ernment upon demand, together with interest computed at the rate of 6% per annuM, for the period from the date such excess payment is received by the Contractor to the date on which such excess is repaid to the Gov- ernment; provided, however, that no interest shall be charged with res- pect to any such excess payment attributable to a reduction in the Con- tractor's laim by reason of retention or other disposition of termina- tion inventory until ten days after the date of such retention or dis- position. ! (k) Unless otherwise provided for in this contract, or by appli- cable statute, the Contractor, from the effective date of termination and for a period of six years after final settlement under this con- tract, shall preserve and make available to the Government at all rea- Sonable times at the office of the Contractor but without direct charge to the Government, all its books, records, documents, and other evidence bearing on the costs and expenses of the Contractor under this contract and relating to the work terminated hereunder, or, to the extent ap- proved by the Contracting Officer, photographs, micro-photographs, or other authentic reproductions thereof. The Contractor shall be paid ,0111d MO assion of properly cer- tified invoices n prices stipulated herein for supplies nn a accepte. a lean Acducti ms, FP (Oct.8, 1956) Price Rev. - 31 - Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2d'1/04/23 : CIA-RDP71B00697R0016000M01-4 SECRET if any, as herein provided. Unless bemade on partial deliveries accepted by the amount due on such deliveries so war Contractor, payment for ever such 33. DEFAULT would equal or -n the ,?r, when requested by the partial deliveries shall be made when- exceed either $1,000 or 50% of the (a) The Government may, subject to the provisions of paragraph (b) below, by written Notice of Default to the Contractor, terminate the whole or any part of this contract in any one of the following cir- cumstances: (i) If the Contractor fails to make delivery of the supplies or to perform the services within the time specified herein or any exten- sion thereof; or (ii) If the Contractor fails to perform any of the other provi- sions of this contract, or so fails to make progress as to endanger performance of this contract in accordance with its terms, and in either of these two circumstances does not cure such failure within a period of 10 days (or such longer period as the Contracting Officer may auth- orize in writing) after receipt of notice from the Contracting Officer specifying such failure. (b) The Contractor shall not be liable for any excess costs, if any failure to perform the contract arises out of causes beyond the control and without the fault or negligence of the Contractor. Such causes include, but are not restricted to, acts of God or of the public enemy, acts of the Government, fires, floods, epidemics, quar- antine restrictions, strikes, freight embargoes, unusually severe weather, and defaults of subcontractors due to any of such causes unless the Contracting Officer shall determine that the supplies or services to be furnished by the subcontractor were Obtainable from other sources in sufficient time to permit the Contractor to meet the required delivery schedule (c) In the event the Government terminates this contract in whole or in part as provided in paragraph (a) of this clause, the Government may procure, upon such terms and in such manner as the Contracting Officer may deem appropriate, supplies or services similar to those so terminated, and the Contractor shall be liable to the Government for any excess costs for such similar supplies or services, PROVIDED that the Contractor shall continue the performance of this contract to the extent not terminated under the provisions of this clause. (d) If this contract is terminated as provided in paragraph (a) of this clause, the Government, in addition to any other rights pro- vided in this clause, may require the Contractor to transfer title FP (Oct. 8, 1956) Apprs?vieskrEorRelease 2001/04/23 : CIA-RglP7,11300697 99i4w000l.4 Approved For Release 2i1Qp1/04/23 : C B00697R00160011411001-4 r ? and deliver to the Governm .? ? the manner and to extent directed by the Contracting Officer, (i) any completed supplies, and (ii) such partially completed supplies and materials, parts, tools, dies, jigs, fixtures, plans, drawings, information and con- tract rights (hereinafter called "manufacturing materials") as the Contractor has specifically produced or specifically acquired for the performance of such part of this contract as has been terminated; and the Contractor shall, upon direction of the Contracting Officer, protect and preserve property in possession of the Contractor in which the Government has an interest. The Government shall pay to the Contractor the contract price for completed supplies delivered to and accepted by the Government, and the amount agreed upon by the Contractor and the Contracting Officer for manufacturing materials delivered to and accepted by the Government and for the protection and preservation of property. Failure to agree shall be a dispute concerning a question of fact within the meaning of the clause of this contract entitled "Disputes." (e) If, after notice of termination of this contract under the provisions of paragraph (a) of this clause, it is determined that the failure to perform this contract is due to causes beyond the control and without-the fault or negligence of the Contractor pursuant to the provisions of paragraph (b) of this clause, such Notice of Default shall be deemed to have been issued pursuant to the clause of this contract entitled "Termination for Convenience of the Government" and the rights and obligations of the parties hereto shall in such event be governed by such clause. Except as otherwise provided in this contract, this paragraph applies only if this contract is with a military department. (f) The rights and remedies of the Government provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law or under this contract. 34. SUBCONTRACTS FOR WORK OR SERVICES (a) No contract shall be made by the Contractor with any other party for furnishing any of the completed or substantially completed articles, spare parts or work, herein contracted for, without the written approval of the Contracting Officer as to sources. (b) The Contractor shall give specific advance notification to the Contracting Officer of any proposed subcontract hereunder which (i) is on a cost or cost-plus-a-fixed-fee basis, or (ii) is on a fixed-price basis exceeding in dollar amount either $25,000 or five percent (5%) of the total amount of this contract. FP (Oct. e, 1956) Price Rev. -33- Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Releas42001/04/23 : CIA-RDP71600697R0016(1070001-4 SECRET (c) The Contractor shall not, without the prior written consent of the Contracting Officer, place any subcontract Which (1) is on a cost or cost-plus-&-fixed-fee basis, or (ii) is on a fixed price basis exceeding in dollar amount either $25,000 or five percent (5%) of the total amount of this contractroor (iii) provides for the fabrication, purchase, rental, installation or other acquisition, of any item of industrial facilities, or of special tooling having a value in excess of $1,000, or (iv) is on a time-and-material or labor-hour basis. The Contracting Officer may, in his discretion, ratify in writing any such subcontract; such action shall constitute the consent of the Contracting Officer as required by this paragraph (c). (d) The Contractor agrees that no subcontract placed under this contract shall provide for payment on a cost-plus-&-percentage-of-cost basis. (e) The Contracting Officer may, in his discretion, specifically approve in writing any of the provisions of a subcontract. However, such approval or the consent of the Contracting Officer obtained as required by this Clause shall not be construed to constitute a determination of the acceptabilii, of the subcontract price, unless such approval specifically provides that it constitutes a determination of the acceptability of the subcontract price. (f) The Contracting Officer may approve all or any part of the Contractor's purchasing system and from time to time rescind or reinstate such approval. Such approval shall be deemed to fulfill the requirements of paragraphs a, b, and c of this Article 34. The Contracting Officer has approved the Contractor's purchasing system, and such approval shall remain in effect unless rescinded by the Contracting Officer in writing. 35. ALTERATIONS IN CONTRACT The following alterations were made in this contract prior to signature thereof by the parties to this contract: (a) The following articles were added: 36. INSPECTION AND AUDIT (a) The Contractor agrees that its books and records and its plants, or such part thereof as may be engaged in the performance of this contract, shall at all reasonable times be subject to inspection and audit by and authorized representative of the Contracting Officer, (b) The Contractor shall cause a like provision to be included in all subcontracts hereunder. 37. SUPERSEDING SPECIFICATIONS All references in any Government specification incorporated herein to other Government specifications shall be deemed to include all specifications supplementary to or superseding the specifications so referred to, to the extent that such supplementary or superseding specifications are in effect at the date of Contractor's latest quotation, if the Contractor was furnished or otherwise notified of the existent* of such supplementary or superseding specification at the time of said quotation. 4 38. DELAY IN DELIVERY DATA (a) It is understood that the efficient use by the Government of the supplies called for hereunder requires that the data de:lied for hereunder be delivered not later than the time or respective times herein specified. If such data is not delivered at said time or times the ? Government may at its election, so long as such data remains undelivered, unless the delay in delivery thereof arises out of causes beyond the control and without the fault or negligence of the Contractor within the meaning of the clause hereof entitled Default,? withhold payment to the Contractor for any of the amounts then due, refuse approval of the Contractor's vouchers and refuse to accept further deliveries hereunder from the Contractor or take any other action authorised by law or regulation now or hereafter in effect including termination of the Approved For Release 2001/04/23 : CIA:R3D4SECUR001600070001-4 Approved For Releass02001/04/23 : CSMB00697R001698070001-4 contract for default to the extent and in the manner authorized by said clause, and may take any or all of the foregoing actions separately or in combination. (b) The provisions of this clause shall only be applicable to technical data, such as handbooks, service manuals, or other information necessary for the proper maintenance or servicing of the end items called for herein. 39. QUALITY CONTROL SPECIFICATION Except as otherwise provided in this contract, the Contractor's system of quality control during the performance of this contract shall be in accordance with the provisions of Military Specification MIL-41,5923, as in effect on the date of this contract, incorporated herein by refer- ence, unless this contract is one of the types specified in paragraph 1.2 of said specification. 40. ADDITIONAL TAX PROVISION The term "contract date" under the clause hereof entitled "Federal, State and Local Taxes" shall also be deemed to refer to the date of approval of the respective Exhibits or Spare Parts Change Requests submitted pur- suant to this contract. 41. SHIPMENTS. (a) Unless otherwise provided in this contract or unless the Contracting Officer acting under the "Changes" clause hereof directs in writing otherwise, all supplies to be furnished under this contract shall be delivered f.o.b. carrier's equipment at the plant or plants at which such supplies are to be finally inspected and accepted, or if the facilities for shipment by carrier's equipment are not available at the Contractor's plant, f.o.b. the point or points nearest thereto that carrier service is available. When the carrier's equipment is rail, any shipment occupying sufficient space in a railroad car to constitute a carload shipment subject to carload freight rates shall be properly and adequately loaded in freight cars by the Contractor, and any shipment subject to less-than-carload freight rates shall be delivered by the Contractor into the carrier's possession at the Contractor's plant, or at the point or points nearest thereto at which delivery can be effected. (b) Whenever it is provided in this contract that supplies shall be delivered f.o.b. specified destinations, such supplies shall be shipped direct by the Contractor to the specified destinations an commercial bills of lading, at the expense of the contractor. Provided, however, that nothing contained herein shall preclude reimbursement of the Contractor by the Government of any such transportation expenses if this is a cost- reimbursement type contract. (c) Notwithstanding other provisions of this contract, shipments made under cost reimbursement contracts which do not exceed (i) 1000 pounds if shipped by rail, truck, or freight forwarded, or (ii) 100 pounds if shipped by railway express, or (iii) 50 pounds if shipped by commercial air, shall be made by commercial bills of lading, charges to destination(s) paid by the Contractor. (d) Consignment Instructions. Capeigpment instructions *hall be ds thicinthoritod'Repbesintative on:the.rempletive TrodietiewList FP (Oct.o, 1956) Price Rev. - 35 - SECRP Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release4001/04/23 : CIA-RDP71600697R0016W70001-4 SECRET (e) Shipping Instructions. If not otherwise provided herein, names of consignees of all supplies to be delivered by the Contractor hereunder will be furnished in writing by the Contracting Officer at a later date. Reqeest therefor shall be made to such address as the Con- tracting Officer may direct, not later than thirty (30) days prior to the date on which any of the articles are ready for shipment. (f) Routing Instructions. If not otherwise provided herein and deliveries are other than f.o.b. specified destinations, Government routing instructions will be furnished to the Contractor in writing by the Con- tracting Officer at a later date. If the Government routing instructions have not been received by the Contractor thirty (30) days prior to date on which any of the articles are anticipated to be ready for shipment, request therefor shall immediately be made to the Contracting ?Mom (g) Notice of Shipments. At the time of delivery of any shipment of supplies to a carrier for transportation, the Contractor shall give prepaid notice of shipment to the consignee establishment, and to such other persons or installations designated by the Contracting Officer, in accordance with instructions of the Contracting Officer. If such instructions have not been received by the Contractor at least 24 hours prior to such delivery to a carrier, the Contractor shall request instructions from the Contracting Officer concerning the notice of shipment to be given. (h) Computation of Delivery Time. For the purpose of determining the fulfillment of this contract so far as delivery dates are concerned, in the event the delivery point or points are not the same as the point or points of destination, the time of delivery of the supplies shall be the date of delivery to the carrier ready for shipment to destination. 0) Shipments by the Government. Unless this is a cost-reimbursement type contract, any articles, supplies or other items to be delivered by the Government to the Contractor shall, unless otherwise provided herein, be delivered to the Contractor f.o.b. carrier's equipment at the plant or plants of the Contractor designated, or if facilities for shipment by carrier's equipment are not available at the Contractor's plant or plants, f.o.b. the point or points nearest thereto that carrier's equipment is available. (j) Where the contract provides that inspection and acceptance shall be accomplished at a subcontractor's plant (whether in whole or in part) the foregoing provisions, except paragraphs (e) and (f), shall be equally applicable to such subcontractors as provided in said subcontract. Subcontractors' shipping instructions and routing instructions, if not pre- viously furnished, shall be requested from the Prime Contractor. 42. TIME FOR ISSUANCE OF PRODUCTION LISTS No new production List shall be issued under this contract after the date set forth in the Schedule unless such time is extended by written agreement of the parties hereto. 43. FURMS Attached heret are samples f the fo:-aat for Productin Lists and Exhibits to Inlicb the parties hereto shall conform in the preparation of such inotrnments. SECRET 4717 - Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 ? Approved For Releasee1001/04/23 : CIA-RDP71600697R00169Qp70001-4 SECRET 44. RIGHTS IN DATA - UNLIMITED (a) The term "Subject Data" as used herein includes writings, sound recordings, pictorial reproductions, drawings or other graphical representation, and works of any similar nature (whether or not copyrighted) which are specified to be delivered under this contract. The term does not include financial reports, cost analyses and other information incidental to contract administration. (b) Subject to the proviso of (c) below, the Government may dupli- cate, use, and disclose in any manner and for any puopose whatsoever, and have others so do, all Subject Data delivered under this contract. (c) The Contractor agrees to and does hereby grant to the Govern- ment, and to its officers, agents, and employees acting within the scope of their official duties, a royalty-free, non-exclusive and irrevocable license throughout the world, to publish, translate, reproduce, deliver, perform, dispose of and to authorize others so to do, all Subject Data now or here- after covered by copyright; provided, that with respect to such Subject Data not originated in the performance of this contract but which is incor- porated in the work furnished under this contract such license shall be only to the extent that the Contractor, its employees, or any individual or concern speoifically employed or assigned by the Contractor to originate and prepare such Data under this contract, now has, or prior to completichk or final settlement of this contract may acquire, the right to grant such \- license without becoming liable to pay compensation to others solely because of such grant. (d) The Contractor shall exert all reasonable effort to advise the Contracting Officer, at the time of delivery of the Subject Data.fur- nished under this contract, of all invasions of the right of prioracy con- tained therein and of all portions of such Data copied from work not com- posed or produced in the performance of this contract and not licensed under this clause. (e) The Contractor shall report to the Contracting Officer, promptly and in reasonable written detail, each notice or claim of copy- right infringement received by the Contractor with respect to all Subject Data delivered under this contract. (f) Nothing contained in this clause shall imply a license to the Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to the Government under any patent. (g) The Contractor shall not affix any restrictive markings upon any Subject Data, and if such markings are affixed, the Government shall have the right at any time to modify, remove, obliterate or ignore any such marking." (b) The following articles were deleted: 3 EXTRAS 17 AIRCRAFT IN THE OPEN v29 REPRODUCTION & USE OF TECHNICAL DATA 32 PAYMENTS FP (Oct. 8, 195(- Price Rev.. Approved For Release 2001/04/23 : CIA--RX711300697R001600070001-4 SECRET 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A SEC. CL. ORIGIN - !DATE OF DOC DATE RECD DATE OUT 9.14-.*70 TO euu TgE RteUaid (a167) FROM .c.;Ontracting Offictr SUBJ. Mt # 46 to 9F-M-695/F.I. CONTROL NO. OSA..2219..70 SUSPENSE DATE CROSS REFERENCE,OR - POINT OF FILING DISTR: I - CMD/CCA 2 , BYD/OSA ROUTING DATE SENT COURIER NO. ANSWERED NO REPLY Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 5 SECRET, 2001/041237-CrAIMPTISCRIBVTROM)00 PRECONTRACTftePPROVAL RECORD (PART TWO) PERKIN-ELMER CORP The services and equipment being procured by this Contract NoPF -CT-695 Mt. # 46/FINAL are in furtherance of the Program(s), the nature of which cannot be publicly disclosed for security rea- sons. The Contracting Officer therefore determines that this procurement must be accomplished by negotiations pursuant to the authority of Section 3(a) of PL 81-110 and Class Determination and Finding, OXC 2122, signed by the DDCI on 15 October 1961. Certification of funds for this contract will be handled under the pro- cedure approved by the Director of Central Intelligence on 15 December 1956 which, in effect, results in all covert expenses involving issuance of Treasury Checks being accumulated, in a separate account within the Finance Division. The amounts in this account will be periodically scheduled fOr certification of the vouchers by the Director. This procedure eliminates the necessity for a sepa- rate certification of authority under Section 8(b) of Public Law 110, 81st Con- gress (formerly 10(b) - see 85-507 dated 7/7/58) for each contract. The following comments describe the procurement hereby effected, the terms and provisions generally of this contract/amendment, and a resume of major iSsues negotiated: SUBJ: A. Contract O-CT-551 B. Contract BF-CT-695 Perkin-Elmer Contracts 1. Final amendments were mailed to the Contractor. A above was dated 15 Dec 1969 and B was dated 30 Dec 1969. These amendments were returned unsign by the Contractor on March 12, 1970. The Contractor contending the Amendments as written did not reflect the agreement reached on March 8, 1968 for FY-67. 2. The Negotiator wrote the amendments based on the existing correspond ence in the file without benefit of oral inputs from the Negotiator or Auditor responsible for these contracts in March 1968. 3. The various pertinent correspondence is attached in the indexed summary. The ensuing paragraphs paraphase and reflect contention of each party to the March 68 meeting and the basis for the rewritten contract amendments. 4. The Contractor contends that the $90,000 refund made as a result of the March 8, 1968 settlement meeting reflected a refund of what the Government considered excess profit for spares delivered and billed as of 31 July 1967. Included in the base for arriving at the settlement was the following FY-67 sell price figures (Billings for FY-67 thru 31 July 1967). O-CT-551 $71,000 BF-cT-695 $48,000 The total of spares ordered for FY-67 had not been priced as the parties had no agreed upon a pricing formula. FY-67 spares delivered and billed as of 31 July 1967 were priced using the FY-66 formula on a provisipnal basis. Part of the A u s--b-UtaupaP R9ASE&Voii64/2Y:ecRliii5Ni intiaoyi w s that the F( 66 s F,M,2167a SECRET GROUP I Excluded Irorn autornotic downgrodin, and declossificcuon (12) 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Next 2 Page(s) In Document Exempt Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2991/04/23 : CIA-RDP71B00697R00160001,00001-4 1. Contract EF-CT-695 - IDEALIST Effective 1 March 1958 - 30 June 1968 2. Contract O-CT-551 - OXCART Effective 11 June 1963 - 30 June 1968 3. Type a. Fixed Price Call Type for Spares b. Depot issues Purchase Requests c. Contractor prices within 60 days d. Priced by using a negotiated pricing formula. 4. Audit Rights - a. For Contract 0-CT-551 See Att. I b. For Contract HF-CT-695 See Att. II 5. Profit Special Report on Profits Realized for FY-63 thru 66 on FP Call Contracts 0-CT-551 and HF-CT-695 See Att. III - Audit Report c3-67-5-97 dated 21 Feb. 1968. 6. $90,000 Refund - a. Results of Negotiation Profit realized for FY-63 thru 67. See Att. IV - Audit Report A-68-27-175 dated 25 Mar. 1968. b. Contractor's letter March 8, 1968 confirming negotiation meeting - See Att. V. c. Contract Officer letter of 12 Mar.1968 re (b) above. See Att. VI. d. Contractor transmittal of CHECK letter dated 27 Mar. 1968. See Att. VII. e. Transmittal of $90,000 check to CMD & BFD. See Att. VIII. 7. Final Amendment - a. Att. EX - Copy of Amendment No. 46 to HF-CT-695 dated 30 Dec. 1969. b. Att. X - Copy of Amendment No. 19 to D-CT-551 dated 15 Dec. 1969. 8. Unsigned Amendment - a. Att. XI - Contractor returned Amendments unsigned per letter dated Mar. 12, 1970, PAR-M-1958. Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A 25X1A 25X1A 25X1A ?Approved For Release 2Q614/04/23 : CIA-RDP71B00697R0016000a001-4 9. Audit Evaluation of FY-67 PR's - Att. XII - Audit review dated April 30, 1970 of Att. XI and re- vised figures for 0-CT-51, FY-67. 10. Government reply to Contractor - Att. XIII 111111111111 dated 16 May 1970 in reply to Contractor's letter in Att. XI. 11. Contractor's reply - Att. XIV - Contractor's letter, PAR-P-798, dated May 21, 1970 setting forth reasons why all costs were not included in March 8, 1968 settlement. 12. Government reply - Att. XV - dated 8 June 1970 reiterating Government feels proposea amendments represent settlement agreement. 13. Att. XVI - Audit Review dtd 6-29-70 of FY-67 costs. 14. Att. XVII -tnenio of 8 July 1970. 15. Att. XVIII ltr. of Aug 20, 1970 ?Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Including AppromilleFor Estleafepale4:14104/2aii_ciA-RPPIARQUIRAA1 914111cer and com- practibable. munications of the Contractor issued pursuant to (5) Except to the extent of any loss or destruc- tion of or damage to Government-furnished prop- erty for which the Contractor is relieved of liability under the foregoing provisions of this clause, and except for reasonable wear and tear or depreciation, or the utilization of the Government-furnished property in accordance with the provisions of this contract, the Government-furnished property (other than property permitted to be sold) shall be re- turned to the Government in as good condition as when received by the Contractor in connection with this contract, or as repaired under paragraph (e) above. (6) In the event the Contractor is reimbursed or compensated for any loss or destruction of or damage to the Government-furnished property, caused by an excepted peril, it shall equitably reim- burse the Government. The Contractor shall do nothing to prejudice the Government's rights to recover against third parties for any such loss, destruction or damage and, upon the request of t' Contracting Officer, shall at the Government's jappense, furnish to the Government all reasonable assistance and cooperation (including the prosecu- tion of suit and the execution of instruments of assignment in favor of the Government) in obtain- ing recovery. In addition, where a subcontractor has not been relieved from liability for any loss or destruction of or damage to the Government-fur- nished property, the Contractor shall enforce the liability of the subcontractor for such loss or de- struction of or damage to the Government-fur- nished property for the benefit of the Government. (7) If this contract is for the development, pro- duction, modification, maintenance or overhaul of aircraft, or otherwise involves the furnishing of air- craft by the Government, the "Ground and Flight Risk" clause of this contract shall control, to the 'extent it is applicable, in the case of loss or de- struction of, or damage to, aircraft. [Rev. No. 6, r -5/61.] t) The Government shall at all reasonable times have access to the premises wherein any Govern- ment-furnished property is located. (h) Upon the completion of this contract, or at such earlier date as may be fixed by the Contract- ing Officer, the Contractor shall submit, in a form acceptable to the Contracting Officer, inventory schedules covering all items of Government-fur- nished property not consumed in the performance of this contract (including any resulting scrap) , or not theretofore delivered to the Government, and shall deliver or make such other disposal of such Government-furnished property, as may be directed or authorized by the Contracting Officer. The net proceeds of any such disposal shall be credited to the contract price or shall be paid in such other manner as the Contracting Officer may direct. FP or PR 1 Feb. 63 this clause shall be in writing. 42. INTEREST (ASPR 7-303.26) (Feb. 1962) Notwithstanding any other provision of this con- tract, unless paid within 30 days all amounts that become payable by the contractor to the Govern- ment under this contract (net of any applicable tax credit under the Internal Revenue Code) shall bear Interest at the rate of six percent per annum from the date due until paid, and shall be subject to the adjustments as provided by Part 6 of Appendix E of the Armed Services Procurement Regulation, as In .effect on the date of this contract. Amounts shall be due upon the earliest one of (i) the date fixed pursuant to this contract, (ii) the date of the first demand for payment, (iii) the date of a sup- plemental agreement fixing the amount, or (iv) if this contract provides for revision of prices, the date of written notice to the contractor stating the amount of refund payable in connection with a pricing proposal or in connection with a negotiated pricing agreement not confirmed by contract sup- plement. 43. AUDIT AND RECORDS (ASPR 7-104.41) (Nov. 1962) I. The following clause shall apply to all con- tracts, changes, or modifications where the contrac- tor has furnished a Certificate of Current Cost or Pricing Data. (a) For purposes of verifying that cost or pricing data submitted, in conjunction with the negotiation of this contract or any contract change or other modification involving an amount in excess of $100,000 are accurate, complete, and current, the Contracting Officer, or his authorized representa- tives shall?until the expiration of three years from the date of final payment under this contract?have the right to examine those books, records, docu- ments and other supporting data which will permit adequate evaluation of the cost or pricing data sub- mitted, along with the computations and projections used therein, which were available to the Contrac- tor as of the date of execution of the Contractor's Certificate of Current Cost or Pricing Data. (b) The Contractor agrees to insert the substance of this clause including this paragraph (b) in all subcontracts hereunder in excess of $100,000 unless the price is based on adequate price competition, established catalog or market prices of commercial Items sold in substantial quantities to the general public, or prices set by law or regulation. II. In the event this contract provides for incen- tive or price redetermination, the following alter- nate AUDIT AND RECORDS clause shall apply. 22 Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2W/04/23 : CIA-RDP71 Audit and Records (Nov. 1962) (a) The Contractor shall maintain books, records, documents, and other evidence and accounting pro- cedures and practices, sufficient to reflect properly all direct and indirect costs of whatever nature claimed to have been incurred and anticipated to be Incurred for the performance of this contract. The foregoing constitute "records" for the purposes of this clause. (b) The Contractor's plants, or such part thereof as may be engaged in the performance of this con- tract, and his records shall be subject at all rea- sonable times to inspection and audit by the Con- tracting Officer or his authorized representative. (c) The Contractor shall preserve and make available his records (i) until the expiration of three years from the date of final payment under this contract, and (ii) for such longer period, if any, as is required by applicable statute, or by other clauses of this contract, or by (A) or (B) below. (A) If this contract is completely or partially ter- minated, the records relating to the work termi- nated shall be preserved and made available for a period of three years from the date of any result- ing final settlement. (B) Records which relate to (i) appeals under the "Disputes" clause of this contract or (ii) litigation or the settlement of claims arising out of the per- formance of this contract, shall be retained until such appeals, litigation, or claims have been dis- posed of. (d) (1) The Contractor shall insert the substance of this clause, including the whole of this paragraph (d), in each subcontract hereunder that is not on a firm fixed-price basis. (2) The Contractor shall insert the substance of the following clause in each firm fixed-price sub- contract hereunder in excess of $100,000, except those subcontracts covered by subparagraph (3) below. Audit (a) For purposes of verifying that cost or pricing data submitted in conjunction with the negotiation of this contract or any contract change or other modification involving an amount in excess of $100,000 are accurate, complete, and current, the Contracting Officer, or his authorized representa- tives, shall?until the expiration of three years from the date of final payment under this contract?have the right to examine those books, records, docu- ments, and other supporting data which will permit adequate evaluation of the cost or pricing data sub- mitted, along with the computations and projec- tions used therein, which were available to the Con- tractor as of the date of execution of the Contrac- tor's Certificate of Current Cost or Pricing Data. (b) The Contractor agrees to insert the substance of this clause including this paragraph (b) in all FP or PR 1 Feb. 63 23 B00697R00160004)001-4 subcontracts hereunder in excess of $100,000, unless the price is based on adequate price competition, established catalog or market prices of commercial items sold in substantial quantities to the general public, or prices set by law or regulation. (3) The Contractor shall insert the substance of the following clause in each firm fixed-price sub- contract hereunder in excess of $100,000 where the price is based on adequate price competition, estab- lished catalog or market prices of commercial items sold in substantial quantities to the general public, or prices set by law or regulation. Audit?Price Adustments (a) This clause shall become operative only with respect to any change or other modification made pursuant to one or more provisions of this contract which involves a price adjustment in excess of $100,000, unless the price adjustment is based on adequate price competition, established catalog or market prices of commercial items sold in substan- tial quantities to the general public, or prices set by law or regulation. (b) For purposes of verifying that any cost or pricing data submitted in conjunction with a con- tract change or other modification involving an amount in excess of $100,000 are adequate, complete, and current, the Contracting Officer, or his author- ized representatives, shall?until the expiration of three years from the date of final payment under this contract?have the right to examine those books, records, documents and other supporting data which will permit adequate evaluation of the cost or pricing data submitted, along with the com- putations and projections used therein, which were available to the Contractor as of the date of execu- tion of the Contractor's Certificate of Current Cost or Pricing Data. (c) The Contractor agrees to insert the substance of this clause including this paragraph (c) in all subcontracts hereunder in excess of $100,000 unless the price is based on adequate price competition, established catalog or market prices of commercial items sold in substantial quantities to the general public, or prices set by law or regulation. 44. PRICE REDUCTION FOR DEFECTIVE COST - OR PRICING DATA (ASPR 7-104.29) (Nov. 1962) The following clause shall apply to all contracts where the contractor has furnished a Certificate of Current Cost or Pricing Data. (a) If the Contracting Officer determines that any price, including profit or fee, negotiated in connection with this contract was increased by any significant sums because the Contractor, or any subcontractor in connection with a subcontract covered by (c) below, furnished incomplete or in- accurate cost or pricing data or data not current as certified in the Contractor's Certificate of Cur- Approved For Release 2001/04/23 : CIA-RDP71B00697R001600070001-4 rent cost or APpilgvHdtkothEielgtneRZW9A14: CifiriMilt1PARTFP9r1#99Xffeldneate of Cur- ,reduced accordingly and the contract shall be mod- ified in writing to reflect such adjustment. ? '(b) Failure to agree on a reduction shall be a _ dispute concerning a question of fact within the meaning of the "Disputes" clause of this contract. (c) The Contractor agrees to insert the substance of paragraphs (a) and (c) of this clause in each ,of his cost-reimbursement type, price redetermi- nable, or incentive subcontracts hereunder, and in any other subcontract hereunder in excess of $100,000 unless the price is based on adequate price competition, established catalog or market prices of commeraial items sold in substantial quantities to the general public, or prices set by law or regu- lation. In each such excepted subcontract here- under which exceeds $100,000, the Contractor shall insert the substance of the following clause. Price Reduction for Defective Cost or Pricing Data?Price Adjustments (a) This clause shall become operative only with respect to any change or other modification made pir ,nt to one or more provisions of this contract whNuot involves a price adjustment in excess of $100,000. The right to price reduction under this clause shall be limited to such price adjustments. (b) If the Contractor determines that any price, including profit or fee, negotiated in connection with any price adjustment under this contract was Increased by any significant sums because the sub- contractor or any of his subcontractors in connec- tion with a subcontract covered by paragraph (c) below, furnished incomplete or inaccurate cost or pricing data or data not current as of the date of execution of the subcontractor's certificate of cur- rent cost or pricing data, then such price shall be reduced accordingly and the subcontract shall be modified in writing to reflect such adjustment. (c) The subcontractor agrees to insert the sub- stance of this clause in each subcontract hereunder which exceeds $100,000. 45. ,,CE REDUCTION FOR DEFECTIVE COST On PRICING DATA?PRICE ADJUSTMENTS (ASPR 7-104.29) (Nov. 1962) (a) This clause shall become operative only with respect to any change or other modification made pursuant to one or more provisions of this contract which involves a price adjustment in excess of $100,000. The right to price reduction under this clause shall be limited to such price adjustments. (b) If the Contracting Officer determines that any price, including profit, or fee, negotiated in connection with any price adjustment under this contract was increased by any significant sums be- cause the Contractor or any subcontractor in con- nection with a subcontract covered by paragraph (d) below, furnished incomplete or inaccurate cost or pricing data or data not current as of the date Flp or PR 1 Feb. 63 rent Cost or Pricing Data, then such price shall be reduced accordingly and the contract shall be mod- ified in writing to reflect such adjustment. (c) Failure to agree on a reduction shall be a dispute concerning a question of fact within the meaning of the "Disputes" clause of this contract. (d) The Contractor agrees to insert the substance of paragraphs (a), (b), and (d) of this clause in each subcontract hereunder that exceeds $100,000. [Rev. No. 3, 1/31/61; Rev. No. 12, 11/26/62.] 46. AUDIT ?PRICE ADJUSTMENTS (ASPR 7-104.41) (Nov. 1962) (a) This clause shall become operative only with respect to any change or other modification made pursuant to one or more provisions of this con- tract which involves a price adjustment in excess of $100,000, unless the price adjustment is based on adequate price competition, established catalog or market prices of commercial items sold in sub- stantial quantities to the general public, or prices set by law or regulation. (b) For purposes of verifying that cost or pric- ing data submitted in conjunction with a contract change or other modification involving an amount in excess of $100,000 are accurate, complete, and current, the Contracting Officer, the Comptroller General of the United States, or any authorized rep- resentatives, shall?until the expiration of three years from the date of final payment under this contract?have the right to examine those books, records, documents and other supporting data which will permit adequate evaluation of the cost or pricing data submitted, along with the compu- tations and projections used therein, which were available to the Contractor as of the date of execu- tion of the Contractor's Certificate of Current Cost or Pricing Data. (c) The Contractor agrees to insert the substance of this clause including this paragraph (c) in all subcontracts hereunder in excess of $100,000 unless the price is based on adequate price competition, established catalog or market prices of commercial items sold in substantial quantities to the general public, or prices set by law or regulation. 47. INSPECTION AND AUDIT (AFPI 7-4023) (July 1948) (a) The Contractor agrees that its books and records and its plants, or such part thereOf as may be engaged in the performance of this contract, shall at all reasonable times be subject to inspec- tion and audit by any authorized representative of the Contracting Officer. (b) The Contractor shall cause a like provision to be included in all subcontracts hereunder. 48. ALTERATIONS IN CONTRACT (ASPR 7405.1) The following alterations have been made in the provisions of this contract: 24 Approved For Release 2001/04/23 : CIA-RDP71B00697R001600070001-4 . ? " , Approved For Release 20134/04/23 : CIA-RDP71B00697R0016000,4a001-4 20. EXAMIXATION OF RECORDS The following clause will be applicable in all negotiated fixed- price supply contracts and purchase nrders in excess of $1,000. EXAMINATION OF RECORDS . (a) The Contractor agrees that the Contracting Officer or any of his duly authorized representatives shall, until the expiration of three years after final payment under this contract, have access to and the right to examine any directly pertinent books, documents, papers and records of the Contractor involving transactions related to this contract. (b) The Contractor further agrees to include in all his sub- contracts hereunder a provision to the effect that the subcontractnr agrees that the Contracting Officer o? any of his duly authorized representatives shall, until the expiration of three years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers, and records of such subcontractor involving transactions related to the subcon- tract. The term "subcontract" as used in this clause excludes (i) purclInsa orders not exceeding $1,000 and (ii) subcontracts or pur- chase orders for public utility services at rates established for uniform applicability to the general public. Approved For Release' 2001/04/23 : CIA-RDP71B00697R001600076001-4 25X1A 25X1A Approved For Release 2001/04/23 : CIA-RDP711300697R0016000.70001-4 p' 91W - oak-o644-68 c3,67-5-97 25X1A Rosslyn Station Arlington, Virginia 22209 February 21* 1968 7 , 4 1.= 1 7 I 1. Purpose of Audit. Per our previous discussions, we have performed a complete analysis on fixed-price spare ca contract Nos. O-CT-551 and 1F-CT-695 for :fiscal years 1963 thru 1?4,0, to determine the reasonableness of the priced spare parts lists. 2. Scope of &Oita The audit was performed in accordance with generally acceptea auditing standards, and accordingly included such tests and procedures as were considered necessary in the circumstances, Our analysis included the following: a. A verification that the final negotiated pricing formulas were used In pricing the spares; b. A calculation of the resulting profit earned, and an investlgation of the causes for any unreasonably high profit. esults of Audit. As detailed in Exhibit A, the audit review )fit 1.Alich was due mainly to the inclusion of a non- ggetor and to errors in costing and pricing. A summary vat axe as follows: 1*U Price Thaurratt 0-ort Booked "'tont Leas: adjulpt.torpatia Adjusted hvat Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 if, - 25X1A 25X1A 25X1A Approved For Release 2001/04/23: CIA-RDP711300697R001600=001-4 or Booked Less: adjustments Adjusted Profit 4. The results of review were discussed with the contractor's representatives. The contractor has indicated a general willingness to accept the adjustments mentioned under reference notes a thru d of Exhibit A. This would mount to $52,272. At the present time they are refusing 25X1A to refund any of the amount recovered by use of the We consider a minim refund to be in the area of $103,000 which would reduce the over- all realized profit t Any settlement betwcon $100,000 and25X1A 064,000 would be considered reaonab1e by this office. 5. Special Comment. It is strongly recommended that all contract negotiator's be alerted to the dangers of negotiatinc factors which in reality do not exist in the contractor's accounting system. Such procedures are subject to outside criticism and should be avoided in the future. 25X1A IMMili DCAA Representative - APL ...,/ _z / i/.. ..'' ----1:7 /3---;.-.7r5--e,---6 ' --c_?..., -,_.t,- ._ .,,,--_,!...4L__ ra--.-:, -,,-.,0 .., -14-1- - e''----- ...?,:.---,f 2,1 t!St... ..2.--1. es---.1 .4-51--, _,...2-74---4.--Z-7.----, ,._.,k ,,,,,,..e.... ...-2,"+?i---a-- ste,--vi_., -'.--",,?- ,..,0 , _.,..,,, c, e.1..?...._...,7---: eC--2--4.-ef-tnefter-.7 ) Approved For Release 2001/04/23: CIA-RDP71600697R001600070001-4 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Next 1 Page(s) In Document Exempt Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A 25X1A 25X1A roved ForRelease,20(4,104/23 : CIA-RDP711300697R0016061370,Q1)1-4 DEFENSE CONTRACT AUDIT AGENCY CAMERON STATION ALEXANDRIA, VIRGINIA 22314 SUBJECT: TO : Contracting Officer OSA-1067-68 A-68-27-175 25X1A Rosslyn Station Arlington, Virginia 22209 March 25, 1968 FL& : Audit Report 03-67-5-97 dated February 21, 1968 1. Based on the mutually acceptable ground-rules discussed in advance with the Contracting Officer, this office concluded negotiations with the subject corporation on March 8, 1968. 2. As a result of our discussions, the contractor has agreed to refund S90,000 of what we consider to be excess profits on the Call Contracts mentioned above. 3. You will note that we have accepted $10,000 less than our minimum refund recommended in the referenced audit report. This action was taken since: a. The contractor proved extremely reluctant to refund any amount that had already been reported as profits and was based on a fixed billing formula established in the contract. b. An analysis of all agency contracts prepared by the contractor indicated that they have realized an overal] pre tax profit of On the initial CPFF development contract the pre tax profit was of total cost. 25X1A c. The resulting a.ativaIed profit of on the two contr 1A in question is in line with the IIIIIIrecommended in our initial audit ra. (See calculation attached to this memorandum.) Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A 25X1A Approved ForRelease 2001/04/23 : CIA-RDP711300697R001600070001-4 "ABF. -2- 4, Based on our audit review we recommend that the two contracts referenced above be closed for fiscaJ years 1963 thru 1967 for a total amount of DCAA Representative APL Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 -Approved For Release 2001/04/23 : CIA-RDP711300697R00164070001-4 ft.w Dear Dave: March 8, 1968 VSH-M-1829 Subject: Spares Proposal - Fiscal Years 1963 through 1968 Contracts 0-CT-551 and HF-CT-695 After careful consideration of Auditor's Report and our own evaluation of our costing and pricing of spares provided during the fiscal years ended 1963 through 1967, and to be provided during fiscal 1968 and subsequent years under the subject contracts, we propose the following: 1. A voluntary refund of $90,000 provided that the fiscal years ended 1963 through 1967 under the subject contracts will be closed without further claim by either party. 2. The issuance of amendments to Contracts 551 and 695: a. Which will definitize that the spares pricing for the fiscal year ended June 30, 1967 will be based on the same formula and at the same rates as for fiscal year ended June 30, 1966. In consideration for voluntary refund there will be no adjustment in production request prices previously approved by Contracting Officer. b. Which will definitize the pricing formula for fiscal year ending June 30, 1968 and for subsequent years as follows: (1) Extend estimated labor hours at current labor and overhead quoting rates'., (2) ,-(2) Estimated material and other non-labor. Pitzt-44) to-1F 6,1( Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2001/04/23 : CIA-RDP711300697R00164V70001-4 Dave -2- March 8, 1968 (3) (4) ( rh Apply current G & A quoting rater to total of (1) and (2). Apply AK: of total cost of (1), (2), (3) as profit factor. the and Please promptly consider the above proposal and provide us with your written acknowledgment and/or comments at your earliest convenience. Upon receipt of your written acceptance of (1) and (2) above, we will submit a credit memo, or a check for $90,000. If you have any questions, please call me vsh r, Regards, Gus Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1 A Approved For Release 2001/04/23 : CIA-RDP71B00697R001600070001-4 Dear Gus: OSA-0931-68 12. March 1968 Subject: Your Ltr. VSR-M-1829 dated /8/68 Contracts 0-CT-151 and HP-CT-695 1. Negotiations between your Company and the Government, concluded on 8 March 1968, resulted in a mutual agreement 'hereby you agreed to refund and the Government agreed to accept a voluntary refund of $90,000 to provide for the closing of fiscal years 1963 through 1967 under subject contracts. 2. That agreement is hereby ratified. Said fiscal years will be closed out without further claim for those years. We agree that the spares pricing for the fiscal year ended June 30, 1967 will be based on the same formula and at the same rates as for the fiscal year ended June 30, 1966, without adjustment. 3. / prefer to keep the prof and, as I remarked during our rec 25X1A I consider the proposed factor of this, I do agree to a pricing formula in referent letter, with the modifica actor a negotiated one lephonic communication, excessive. Aside from substantially as proposed ions shown below: a. "Rates' shall be subject to audit recommendations and possible negotiations thereof. b. Profit factor is to be negotiated. 4. /f you are in agreement, please 'submit your check for $90,000, payable to the U.S. Government. Upon receipt of same, negotiations will be arranged promptly to definitize the fiscal year rate structures for 1967 and 1968. Regards Dave - Dave Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Next 1 Page(s) In Document Exempt Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2001/04/23: CIA-RDP71600697R0016000/P0001-4 OXC-0842-69 Copy j_ of 5 Contract No. O-CT-551 Amendment No. 19 15 DEC 1969 The Perkin-Elmer Corporation Main Avenue Norwalk, Connecticut Gentlemen: 1. Reference is made to Contract No. O-CT-551 effective for the period 11 June 1963 through 30 June 1968. 25X1A 2. Pursuant to mutual agreeient between the parties 25X1A hereto, a final consideration of for performance of this contract has been agreed upon. Ip 25X1A 3. The above results in a net decrease of or a net funded final consideration of All other terms and conditions of Contract No. 0-CT-Sb!, as amended, remain unchanged. 4. Please indicate your receipt of this Amendment No. 19 to Contract O-CT-551, and your acceptance thereof by executing the original and two copies of this amendment. Return the fully executed original and one copy to the undersigned and retain the remaining copy for your files. 25X1A 25X1A BY TITLE DATE Very truly yours, THE UNITED STATES OF AMERICA on rac- Approved For Release 2001104/23: CIA-RDP71600697R001600070001-4 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Next 3 Page(s) In Document Exempt Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A Approved For Release,2001/04/23 : CIA-RDP71600697R001600070001-4 / .6416k- Eiti44? dag; -6kk. cifit.t.t4 A-1k- (2,t4,0_GfrA;64-- T(oSex.444 C 7--Ss Cfy /94,3 rlav /0 \toLv_c va4,4"44;.ec/ 624?pt-etteAh' r? 73- ce."/ .x2c2r( y/94 27 e-enlict,c, am-elidot, C7- -s-- ,47.W a0,4414,p1 "tol- &frt?LP-'t/717 e-41'LF"- ?/be,e6A-c&oy.. /9 4 7, 3~-s-/ a,14.1.4.644,.7L - sieLc411,-7, 0 /1, 7 z;,. e4-44w7L P -?7/' 7 74_. L ?244,4c-ce,c2i 25)(11'AccAl? et/ 414- __ctd&to.JANX-' CO-4acia. ith" 46. Approved For Release 2001/04/23 : CIA 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Next 5 Page(s) In Document Exempt Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 ? Approved For ReleasP4001/04/ qmo g UNIT ; Err 3 : aterilfdibbafkrtA600 ROUTING SECRET 9 10 11 DATE: 4 12 5 13 TZ 14 7 13 ? FROM 14 DEFERRED PRIORITY ?CONF: OPfERATIONAL 1?111111At INFO' ROUTINE GRIEDIATE TO 25X1A INFO CITE SECRET PAGE 2. 3 YOUR COMPANY S LEIrTER. DATER MARCH 8 1968 SIGNED (V8H=M4829) STATES IN PART AS FOLLOWS: (A) "A VOLUNTARY REFUND OF $90, 090 00 PROVIDED THAT THE FISCAL YEARS ENDED 1963 THROUGH 1967 UNDER THE SUBJECT CONTRACTS 75---a 25X1A WILL BE CLOSED WITHOUT FOXE= CLAIM BY EITHER PARTY," AMEOWTS TO CONTRACTS 551 AND 695: Eli/NITIZE THAT THE SPARES PRICING "THE sspikAcE PREVIOUSLY APPROVED BY _THE CONTRACTING OFFICER . " (UNDERSCORING ADDED). COORDINATING OFFICERS awe 1 &on RELEASING OFFICER SECRET ] desk.minewism ? AUTHENTICATING OFFICE gaelnded gesseist4e duormepealarq aid REPROOPLICTIOB BY OTHER THAN THE ISSUING OFFICE IS PROHIBITER Gm b, Approved For Release 2001/04/23 : CIA-RDP71B00697R001600070001-4 . 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 '7:7":?._ ? ' 25X1A 25X1A 25X1A 25X1A iro -; F50/4 s COW: INFO: ApprOved For Fe!ar 2001/04123 * TO SECRET ROUTING 9 10 11 NO SECRET PAGE 4 6. SINCE ALL ORDERS WERE. PLACED BY 30 JUNE 1967 AND NEGOTIATIONS WERE CONDUCTED ON 8 MARCH 19682 IT IS FELT' TEAT YOUR COMPANY TOOK - INTO ACCOUNT THE ACTUAL AND PROJECTED COSTS .OF ALL FY-67 ORDERS, FURTHERMORE, OUR RECORDS DISCLOSE THAT TKE:.BOLK or THE ITEMS WERE DELIVERED BY THE FJ4D OF CY,1967:UNDER BOTH CONTRACTS rmrrtgm' SUBSTANTIATING THAT YOUR CONPANY KNEW THE p** OF THIIACTUAL ,,c9s4p. _ . ,-,,. ? 47- ? CITE AT THE TIME OF NEGOTIATING, 7. THE UNDERSCORED PORTIO" QUOTED INtAtA 34i3thiri Imitems , - . ? THAT REPRICING WAS NOT NECESSARY ON EXISTING PRICED PR'S; THEREFORE, WE FEEL ONE COULD NOT SUBTRACT INVOICED AMOUNTS 021 4SRE & JULY 67 FROM TOTAL PRICED EXHIBIT AMOUNTS AND CONTEND THE BALANCE , WAR WE. 8. IN VIEW OF TEE FACTS CITED ABOVE AND A RE-ancsic wits A PARTY TO THE NEGOTIATION, WE FEEL OUR AMENDMENTS REPRESENT Tim AGREEMENT OF MARCH 8, 1968. THEREFORE, WE ARE RETURNING THE AMENDMENTS FOR ACCEPTANCE BY YOUR COMPANY. COORDINATING OFFICERS C CMD OSA RELEASING OFFICER RF:FFOSWIMN ,VIWP THESfl11 PRO-MUTED. Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 SECRET GROW I etmetteiNd foe= araeastki aimerottell 001 deekestSisiolea ah. 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Next 4 Page(s) In Document Exempt Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 200164/23 : CIA-RDP711300697R0016000701101-4 8 July 1970 . MEMORANDUM FOR THE RECORD: 25X1A SUBJECT: 1. Management of the PE Contracts by the undersigned commenced in March 1968. At that time I was made aware that an audit had revealed that the Contractor had realized unearned profits for several years as a result of the use of a pricing formula carrying a separate factor for packing when, in fact, a separate packing unit was not utilized by the Con- 'actor. Specific details are reflected in the audit report. 2. The matter of recoupment was discussed by me with the Contracting Officer and frie Chief, Industrial Audit Division. It was agreed that negotiation with the Contractor would be held at Norwalk, Connecticut in conjunction with the negotiation of 25X1A a contract by the Office of Special Projects. then Deputy Chief, of the Industrial Audit Division, represented the Government. It was agreed that it would not be necessary for the undersigned to be present, partly because there was no controversy over the facts and, to a lesser degree, because special clearances were required which were not held by the undersigned. It was the general understanding that the negotiation was to achieve settlement and finialization of claims through the Government's fiscal year 1966. At that time I had not negotiated a pricing formula for FY-67, but intended to do so later, using -he unearned profits negotiation as a guide. When the rough mmoraft audit report of the negotiations was submitted, however, it reflected that FY-67 was also used asabssforalump sum 25X1A settlement. I discussed this witi who also expressed some concern over inclusionof FY-67 in the settlement. 25X1A Subsequent discussion with verified FY-67 coverage. He stated that an impasse had been reached and that the Contractor then proposed final settlement, to include repayment to the Government of $90,000.00,"if you'll throw in FY-67." 25X1A 25X1A 3. My memory is not entirely clear as to the details of the discussion vis-a-vis application of the negotiation to final settlement for FY-67. The Contractor had not submitted a final claim as of that time period. However, I do recall that shortly thereafter the subject was discussed by me with the Con- tractor who stated that only the pricing formula for FY-67 was agreed to and not a final figure for FY-67. He subsequently sent a letter which was understood by me to reflect the Contractor's position that, in so far as FY-67 was concerned, the agreement reached during the negotiations was that the same Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 . Approved For Release 20'01/04/23 : CIA-RDP711300697R00160011413001-4 Page 2 pricing formula would be used for FY-67 as was proposed for FY-66 25X1A- (even though said formula contained the objectionable factor for packing). I was advised by at that time, that 25X1A invoicing was not completed for FY-67. It might be noted that did not attend the negotiations in question, as I recall. 25X1A 4. The Contractor's letter regarding the FY-67 pricing formula was reviewed with ho stated that the pricing formula for FY-67 was correctly shown. To my knowledge there were no subsequent discussions of the negotiated agreement relative to its application to the FY-67 contract 25X1A astribution: Orig - C/CMS/OSA/DDS&T SC&PB/OEL/DDS&T p. Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1 A Approved For Release 204/04/23 : CIA-RDP711300697R001,60DOWV4,--e THE PERKIN-ELMER CORPORATION ROBERT H. SORENSEN SENIOR VICE PRESIDENT, OPTICAL GROUP Dear Subject: Contracts HF-CT-695 and O-CT-551 Voluntary Refund NORWALK, CONNECTICUT, U.S.A. August 20, 1970 The object of this letter is to record the intent of Perkin-Elmer in agreeing to the voluntary refund of $90,000 relating to the subject spares contracts. I was the principal for our company in the discussions of March 8, 1968, leading to our agreement to make that refund; there- fore, I feel that I can express a clear understanding of the intent of the "Jarties. My further object in writing is to request prompt resolution '"'""and disposition of this matter. Following an audit of the costs and application of the contract pricing formula for the "calls' for FY '63 through FY '66 and settlement of the basis for computing G&A, I agreed to a voluntary refund of $90,000. Since the FY '67 pricing formula had not yet been definitized at that time, we agreed that priced production lists already signed by both parties would stand without change, and that unpriced lists would be priced using the FY '66 formula and rates. At no time did we agree to a total dollar value for the spares for FY '63 through FY '67, but assumed that the method and provision for pricing FY '67 spares would thus result in a mutually agreeable total for FY '67, which would provide a profit per- centage for that year not at significant variance with the percentage nego- tiated for FY '63 through FY '66. The simple question that apparently has now come to light and remains open is: Did the refund of $90,000 close out the contracts through FY '67, or did the remaining unpriced orders at the time require pricing, incorporation into the contract, and payment following delivery of the spares? My intent was clearly that the $90,000, voluntary refund did not close out the contract and I believe our subsequent actions support that fact. If I had intended to refund more than $90,000, I would not have allowed my people to issue the refund prior to advising me what financial impact the unpriced orders, then in the house, would have. Certainly it would be imprudent on my part to enter into such an open-ended agree- ment and expose the corporation to unknown after-the-fact cost liability. Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Next 4 Page(s) In Document Exempt Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 PRECONTRACT APPROVAL RECORD (PART TWO) CONTRAC Perkin-Elmer Corporation The services and equipment being procured by this Contract No. HF?CT-695, Int. only are in furtherance of the IDEALIST Program(s), the nature of which cannot be publicly disclosed for security rea- sons. The Contracting Officer therefore determines that this procurement must be accomplished by negotiations pursuant to the authority of Section 3(a) of PL 81-110 and Class Determination and Finding, OXC 2122, signed by the DDCI on 15 October 1961. Certification of funds for this contract will be handled under the pro- cedure approved by the Director of Central Intelligence on 15 December 1956 which, in effect, results in all covert expenses involving issuance of Treasury Checks being accumulated in a separate account within the Finance Division. The amounts in this account will be periodically scheduled for certification of the vouchers by the Director. This procedure eliminates the necessity for a sepa- rate certification of authority under Section 8(h) of Public Law 110, 81st Con- gress (formerly 10(b) - see 85-507 dated 7/7/58) for each contract. The following comments describe the procurement hereby effected, the terms and provisions generally of this contract/amendment, and a resume of major issues negotiated: 1. Amendment No. 46 dated 30 December 1969 was sent to the Contractor for signature. This amendment reflected the final price for the total contract. The Contractor by letter dated March 12, 1970 returned the amendment unsigned. The Contractor contended that the amendment was understated by $58,539.15. This difference results from the March 8, 1968 settlement agreement. (See Audit Report A-68-27-175 dated March 25, 1968 and the Con- tractor's letter of March, 8, 1968, USH-M-1829). The auditor contends the $90,000 refund received as a result of the March 8, 1968 meeting representing final settlement of the fiscal years 1963-1967; whereas, the Contractor contends that the $90,000 reflected only a refund for existing profit for those years and an agreement of a pricing formula for FY-67. The spares for FY-67 still are to be priced and paid for. 2. This internal obligation is being made to cover the Contractor's claim in the event the Contracting Officer does agree with the Contractor's stand which was the subject of a meeting held on 17 June 1967. Those in attendance were as follows; POSTED LEDGER CONTVA REGISTER Mrovcd ForRcica3c 2001/04/23 : CIA nnrilB0007R001C00070001 4 11-63 2167a SECRE GROUP I Excluded from automatic downgrading and declassification ( 12) 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Next 1 Page(s) In Document Exempt Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 2 Arr./wad Fell^ PalAASe 2nni/nA/91 ? rhgrAligiRnnAci7p n CON T 1401070001-4 PRECONTRIET APPROVAL RECORD (PART TWO) Perkin-Elmer Corporation The services and equipment being procured by this Contract No HF?CT-695, Adt. #46 are in furtherance of the IDEALIST Program(s), the nature of which cannot be publicly disclosed for security rea- sons. The Contracting Officer therefore determines that this procurement must be accomplished by negotiations pursuant to the authority of Section 3(a) of PL 81-110 and Class Determination and Finding, OXC 2122, signed by the DDCI on 15 October 1961. Certification of funds for this contract will be handled under the pro- cedure approved by the Director of Central Intelligence on 15 December 1956 which, in effect, results in all covert expenses involving issuance of Treasury Checks being accumulated in a separate account within the Finance Division. The amounts in this account will be periodically scheduled for certification of the vouchers by the Director. This procedure eliminates the necessity for a sepa- rate certification of authority under Section 8(h) of Public Law 110, 81st Con- gress (formerly 10(b) - see 85-507 dated 7/7/58) for each contract. The following comments describe the procurement hereby effected, the terms and provisions generally of this contract/amendment, and a resume of major issues negotiated: 1. Contract No. HF-CT-695 provides for spare parts and support items for equipment supplied by P&E in connection with the IDEALIST and DRAGONLADY Programs. 2. This Amendment provides for the final price for the FY-68 period and the period 1 July 1962 through 30 June 1967. 3. FY periods from inception through 30 June 1962 had been finalized in prior amendments. The FY-63 through FY-67 period had been negotiated in March 8, 1968, but never reflected in the contract. This latter period had been settled in con- junction with another contract No. O-CT-551 and a $90,000.00 refund for the two contracts had been realized. This was prorated as follows: O-CT-551 $71,826.00 HF-CT-695 18,174.00 $90,000.00 25X1A This refund then reflected an overall on the two contracts for the FY-63 - 67 period. 4. The Contractors claim for FY-68 and settlement was as follows: 14_4 ,,,pRrovcd For Rclwec 200 /04/23 : CIA RDP71B00697R001600070001 1 doww.c,?, H.63 2167a SECRETGROUPE,cIdod fro,, (12) 25X1A 25X1A 3 Approved For Release 2001/04/23 : CIA-RDP711300697R001600070001-4 .4?? 441#11, 6. The FY-70 spares contract provides for negotiation of a fixed price or FP Incentive type of contract within 60 days after the end of FY-70 when all orders for spares have been placed. This contract PE-4804-CT contemplates a profit whereas the company in the past had beenlusing a M, profit factor. 7. The Depot by 1525 dated 23 Aug. 1969 certifies that all production lists have been completed. 8. The liquidation of funds has been based on BFD/OSA records as the Audit Reports did not give information by Customer. The Contractor claimed by Customer and by FY so it is felt that this method of liquidation reasonably reflects the refund to each Customer. 9. Upon receipt of the following and payment of the final invoice, this contract can be considered complete. a. Patent Statement b. Property Statement c. Signed Amendment d. Final Invoice Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A 25X1A 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Apprtwari FrIrRalc,1;411001/01/23 ? CIAEa6300607R00040070001-4 PRECONTRACT APPROVAL RECORD (PART TWO) The services and equipment being procured by this Contract No. are in furtherance of the Program(s), the nature of which cannot be publicly disclosed for security rea- sons. The Contracting Officer therefore determines that this procurement must be accomplished by negotiations pursuant to the authority of Section 3(a) of PL 81-110 and Class Determination and Finding, OXC 2122, signed by the DDCI on 15 October 1961. Certification of funds for this contract will be handled under the pro- cedure approved by the Director of Central Intelligence on 15 December 1956 which, in effect, results in all covert expenses involving issuance of Treasury Checks being accumulated in a separate account within the Finance Division. The amounts in this account will be periodically scheduled for certification of the vouchers by the Director. This procedure eliminates the necessity for a sepa- rate certification of authority under Section 8(h) of Public Law 110, 81st Con- gress (formerly 10(b) - see 85-507 dated 7/7/58) for each contract. The following comments describe the procurement hereby effected, the terms and provisions generally of this contract/amendment, and a resume of major issues negotiated: Contract No. HF-CT-695 provides for spare parts and support items for equipment supplied by P&E in connection with the IDEALIST and DRAGONLADY Programs. This Amendment No. 45 incorporates a pricing formula for the period 1 August 1967 through 30 June 1968. There is no change in the funding status. This Contractor was selected as a sole source due to the unique quality of the spare parts, mod kits and supplies which are furnished hereunder. The equipment and supplies have undergone several generations of changes, such changes involving inventions resulting in a sophistication of equipment which could not be duplicated elsewhere without encountering untold expense and a great loss of time in attempting to duplicate. Approved For Release 2001/04/23 CIA-R111D71R0097R001 Annn7nnni_a FORM ,.?2167a SECRET GROUP1 B.ludedfromoOorn dovenrcinand dedaMi 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Next 1 Page(s) In Document Exempt Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2QQ01/04/23 : CInS1B00697R001600040001-4 CS1-441LISL Date '2_2ct 120 MEMORANDUM FOR THE RECORD SUBJECT: Concurrence in Amendment No. 45 to HF-CT-695 with The Perkin-Elmer Corporation. The undersigned has reviewed the subject contract or amendment and finds that the Scope of Work included therein is In accordance with the requirements levied on the Project IDEALIST procurement system by the Department of the Air Force, 25X1 A Lt. Col. USAP 11 DEC 1968 Approved For Release 2001/04123 : CIA-RDP71600697R001600070001-4 Approved For Release4901/04/23 : CIA-RDP71600697R00160W0001-4 22 May 1968 MEMORANDUM FOR THE RECORD SUBJECT: Concurrence in Amendment No. 441,to HF-CT-695 with The Perkin-Elmer Corporation. The undersigned has reviewed the subject contract or amendment and finds that the scope of work included therein is in accordance with the requirements levied on the Project IDEALIST procurement system by the Department of the Air Force. 25X1 A 9NEL USAF Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 - Approved For Release/101/04/23 : CIA-RDP711300697R00160610001-4 7 MAY 1%8 MIVCRATaUM V)P, TaF_ SUBJECT Concurrence in Amendment No. 4 to Contract No. 11F-CT-695 With The Perkin-Elmer Corporation, Norwalk, Connecticut. 7 Tho urVeyigued ha$4, ..:.vve,wed the sublect col.ract amerdm?nt and. fittla ChPt i2:11e scope of work incluld O'w1-(7 Is in a6cord,Ince with t=t;.rluirevocilits levi0 Nc,-J(:1 IDEALIST .pntretiV: syEt,em oy the Depart.rnt ?1;i1 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1 A Arrroved ForRedeaV02001/01/23 ? rlhif6I1B00697R 0406700011 CONTRACT PRECONTRACT APPROVAL RECORD (PART TWO) The services and equipment being procured by this Contract No. HP-CT-695 are in furtherance of the IDEALIST 152R Program(s), the nature of which cannot be publicly disclosed for security rea- sons. The Contracting Officer therefore determines that this procurement must be accomplished by negotiations pursuant to the authority of Section 3(a) of PL 81-110 and Class Determination and Finding, OXC 2122, signed by the DDCI on 15 October 1961. Certification of funds for this contract will be handled under the pro- cedure approved by the Director of Central Intelligence on 15 December 1956 which, in effect, results in all covert expenses involving issuance of Treasury Checks being accumulated in a separate account within the Finance Division. The amounts in this account will be periodically scheduled for certification of the vouchers by the Director. This procedure eliminates the necessity for a sepa- rate certification of authority under Section 8(h) of Public Law 110, 81st Con- gress (formerly 10(b) - see 85-507 dated 7/7/58) for each contract. The following comments describe the procurement hereby effected, the terms and provisions generally of this contract/amendment, and a resume of major issues negotiated: Contract HF-CT-695 provides for spare parts and support items for equipment supplied by P&E in connection with the IDEALIST and DRAGONLADY Programs. j4q5rv? This Amendment No. M deobligates $20,000 (8,000 IDEALIST/ 12,000 DRAGONLADY) in FY-68 funding from the Common account (see This reduction has been discussed with BPD/OSA and with Warner Robbins. Approved For Release 2001/04/23 ? CIA-RDP71B00697R001600070001-4 FORM 3 2I67a SECRET GROUP 1 Excluded from automatic downgrading and declassification ( 12) 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Next 1 Page(s) In Document Exempt Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A A ooroved For Releas1n001/04/73 CIAEMT7iRnnA97 ourr070001_4 PRECONTRACT APPROVAL RECORD (PART TWO) CONTRACT The services and equipment being procured by this Contract Nogr-695 Amend. #43 are in furtherance of the IDEALIST U-2R Program(s), the nature of which cannot be publicly disclosed for security rea- sons. The Contracting Officer therefore determines that this procurement must be accomplished by negotiations pursuant to the authority of Section 3(a) of PL 81-110 and Class Determination and Finding, OXC 2122, signed by the DDCI on 15 October 1961. Certification of funds for this contract will be handled under the pro- cedure approved by the Director of Central Intelligence on 15 December 1956 which, in effect, results in all covert expenses involving issuance of Treasury Checks being accumulated in a separate account within the Finance Division. The amounts in this account will be periodically scheduled for certification of the vouchers by the Director. This procedure eliminates the necessity for a sepa- rate certification of authority under Section 8(b) of Public Law 110, 81st Con- gress (formerly 10(b) - see 85-507 dated 7/7/58) for each contract. The following comments describe the procurement hereby effected, the terms and provisions generally of this contract/amendment, and a resume of major issues negotiated: This contract provides for spare parts and support items for equipment supplied by P&E in connection with the Idealist, U-2R and Dragonlady Programs. Amendment No. 43 has been drawn to allocate additional U-2R funds to the Contract under Customer No. 1 as recOmmended by This increase of 815,000 is sufficient to carry the contractthrough FY-68. The remaining 15K under the T-35 Tracker line item and the 685K under Drift Sights will not be needed and may be reprogrammed. Approved For RPIPaSP 7nm/um ? CIA-R111D71RMACI7P001600070001 FORM 11.632167a SECRET GROUP 1 Excluded horn automatic downgrading and declassification Approved For Release*001/04/23 : CIA-RDP71B00697R00160140001-4 SECRET 3,7) ABJECI: Concurrence in Amendment No. 42 to Contract No. HF-CT-695 with The Perkin-Elmer Corporation, Norwalk, Connecticut. Thc niviersiged raviewo6 z,ft e? oi ITC Ament ad finds tlat tht, scorw of work Ln ccorJane wiCA. ;ria ruquixev&-ntF oc IZAALIST rr c. c rsy.. by ChE r)eper7f2n.,,7 o! 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 SECRET 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A 25X1A --41342E"P-d-Ear-a"lasea-4414"2"41"0436924N A PRECONTRACT APPROVAL RECORD (PART TWO) The services and equipment being procured by this Contract No. HF?CT-695 are in furtherance of the IDEALIST U2?R Program(s), the nature of which cannot be publicly disclosed for security rea- sons. The Contracting Officer therefore determines that this procurement must be accomplished by negotiations pursuant to the authority of Section 3(a) of PL 81-110 and Class Determination and Finding, OXC 2122, signed by the DDCI on 15 October 1961. Certification of funds for this contract will be handled under the pro- cedure approved by the Director of Central Intelligence on 15 December 1956 which, in effect, results in all covert expenses involving issuance of Treasury Checks being accumulated in a separate account within the Finance Division. The amounts in this account will be periodically scheduled for certification of the vouchers by the Director. This procedure eliminates the necessity for a sepa- rate certification of authority under Section 8(h) of Public Law 110, 81st Con- gress (formerly 10(b) - see 85-507 dated 7/7/58) for each contract. The following comments describe the procurement hereby effected, the terms and provisions generally of this contract/amendment, and a resume of major issues negotiated: Contract No. HF-CT-695 covers spare parts and support items for equipment supplied by P&E in connection with the IDEALIST and RikPrograms. This Amendment No. 42 has been drawn to allocate tional U-2R Funds to the contract under Customer No. 1 to enable to order additional driftsights, driftsight spare parts and T-35 Tracker spare parts for the Combat Shack Program. Approved For RPIPaSP 2nniin4i23 ? CIA-PIIP71Rnn697R001600070141 1 SECRET 7M3 2I67a GROUP I Excluded from automatic downgrading and declassification (12) Approved For Relea40001/04/23 : CaggB00697R0016.070001-4 28 NOV '967 jELY Concurrence in Amendment No. 41 with Perkin-Elmer Corporation, Contract No. HF-CT-695. iThe Uulis scop woCK. In acc'ora',,.`"--,-..P ELi.Tnx)c,.."..1"otwot .7)1 25X1A ? Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 SECRET 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A Approved For Re!eau/2001/04/23 : CIA4415P1B00697RO01awyc7nnn1-4 PREGONTRAft APPROVAL RECORD (PART TWO) CONTRACT The services and equipment being procured by this Contract No HF-CT-695 Am. #41 are in furtherance of the DiEALIST & FOG Program(s), the nature of which cannot be publicly disclosed for security rea- sons. The Contracting Officer therefore determines that this procurement must be accomplished by negotiations pursuant to the authority of Section 3(a) of PL 81-110 and Class Determination and Finding, OXC 2122, signed by the DDCI on 15 October 1961. Certification of funds for this contract will be handled under the pro- cedure approved by the Director of Central Intelligence on 15 December 1956 which, in effect, results in all covert expenses involving issuance of Treasury Checks being accumulated in a separate account within the Finance Division. The amounts in this account will be periodically scheduled for certification of the vouchers by the Director. This procedure eliminates the necessity for a sepa- rate certification of authority under Section 8(h) of Public Law 110, 81st Con- gress (formerly 10(b) - see 85-507 dated 7/7/58) for each contract. The following comments describe the procurement hereby effected, the terms and provisions generally of this contract/amendment, and a resume of major issues negotiated: Contract No. HF-CT-695 covers spare parts and support items for equipment supplied by P&E in connection with the IDEALIST and FOG Programs. This Amendment No. 41 has been drawn to obligate and adjust FY-67 funds in accordance with messages attached. Approved For Release 2001/04/23 : CIA-RDP711300697Ron1Ronn7nnn1-ti FORM 11-63 2I67a SECRET GROUPI E.Wdedfromcrnsk dvnwocEngoul d.kmificaticm (12) 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A rOtiv.?3-: AriraggVor Re lease,206/04/23 GIMPARRIBOOESS'Aiine 1 600 DATE ' MFG. 5,87 " 0001-4 RcUTING SECRET -,roccarns.ormeas.cactarrsz.-= TO 02F 25X1A SECRET 091833Z CITE 25X1 CITE IDEAL I ST REFER TO CONTRACT HF -CT 695 FOR FISCAL YEAR ENDED 30 JUNE 67. TO CONFIRM OUR RECENT MEETING WE REQUIRE A REALLOCATION OF FUND NG' AS FOLLOWS: :..14,41,....3"..7p71.1.4ti,-,thU11,4,41,204loal.:240114,--7103,, 1 SECRET a 0711F1S-art5V-91...till- i8.20 1 ..'2'..7.113',S5 IMICIA 11:57Y.'4.1.' maul 0610102/111,417 /1:30 Midoriar,12111V2 REMO:CRON BY OTHER Rini ThE 15SINIII OFFICE V.3 PROHIBITED. COFY NO, Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Ammo' 25X1A Approved For Release 2094404/23 : CIA-RDP711300697R00160007.801-4 MEMORANDUM FOR THE RECORD SUBJECT: Concurrence in Amendment No. 40 to Contract No. HF-CT-695 with Perkin-Elmer Corporation, Norwalk, Connecticut. The undersigned has reviewed the subject contract or amendment and finds that the scope of work included therein is in accordance with the requirements levied on the Project IDEALIST procurement system by the Department of the Air Force. COLONEL USAF Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 4ors, 25X1A 25X1A Approved For Release 2410/04/23 ? CIA-R1g9RE60697R001 000,1001-4 PRECONTRACT APPROVAL RECORD (PART TWO) CONTRACT The services and equipment being procured by this Contract No. HF-CT-695 are in furtherance of the IDEALIST Program(s), the nature of which cannot be publicly disclosed for security rea- sons. The Contracting Officer therefore determines that this procurement must be accomplished by negotiations pursuant to the authority of Section 3(a) of PL 81-110 and Class Determination and Finding, OXC 2122, signed by the DDCI on 15 October 1961. Certification of funds for this contract will be handled under the pro- cedure approved by the Director of Central Intelligence on 15 December 1956 which, in effect, results in all covert expenses involving issuance of Treasury Checks being accumulated in a separate account within the Finance Division. The amounts in this account will be periodically scheduled for certification of the vouchers by the Director. This procedure eliminates the necessity for a sepa- rate certification of authority under Section 8(b) of Public Law 110, 81st Con- gress (formerly 10(b) - see 85-507 dated 7/7/58) for each contract. The following comments describe the procurement hereby effected, the terms and provisions generally of this contract/amendment, and a resume of major issues negotiated: Contract No. HF-CT-695 covers spare parts and support items for equipment supplied by P&E in connection with the IDEALIST and FOG Programs. Amendment No. 40 has been drawn to establish a Customer No. 1 account under the contract in the amount of $82,000 under may order glass and driftsights in accordance with for the "Combat Shack" program. ! VV Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 7'6'3 2I67a SECRET GROUP 1 Excluded from automatic downgrading and declassification ( 12) p. ' Approved For Release 22P1/04/23 : CIA- IOW 411roor. AEMORANDUM FOR TIP: RECORD ?697R00160001.4 J&i 1967 29 JUN 1967 T.JBJECT: Concurrence in Amendment No. 39 to Contract No. HF-CT-695 with The Perkin-Elmer Corporation It. dersigned has reviewed the subject contract or lmendment and ands that the scope of work included thurein is in accordance with the requirements ).evied on Lhe Project iDEAUST procurement system by the Department of the Air Force. 25X1A C L IIIIIPIIIIII Approved For Release 2001/04/23 : CIA-RDP71B00697R001600070001-4 SECRET SECRET Approved h::,r Release Pi/04/23 : CIA-RDtB0O7i 6O001- A PRECONTRACT APPROVAL RECORD (PART ONE) CONTRACTOR Perkin-Elmer Corporation CONTROL NO. OSA-2377-67 Copy! of 2 CONTRACT NO. AMENDMENT NO. HF-CT-695 39 22 June 1967 THIS CONTRACT APPROVAL RECORD CONTAINS A RECOMMENDATION SUBMITTED FOR CONCURRENCE OF THE UNDERSIGNED. CONCURRENCE IN THIS PRECONTRACT APPROVAL RECORD IS RECOMMENDED BY THE CON- TRACTING OFFICER. BY CONCURRENCE, THE CHIEF, BUDGET AND FINANCE BRANCH, SIGNIFIES THAT SUFFICIENT FUNDS ARE AVAILABLE (NOT INCLUDING CONTINGENT & EXPOSURE) AND/OR HAVE BEEN ADJUSTED AS PROVIDED IN THIS DOCUMENT. TYPE OF CONTRACT REDETERM CP I F TEkM CALL TYPE ? L.I. ? F.P. 111 N TECH REP III DEFINITIZED II FPIP Il M FISCAL YEAR a III F .P . MI CPFF FINANCIAL DATA CONTRACT VALUE 114,000 FY-67 50,000 FY-68 PREVIOUS OBLIGATION - PRIOR FY $ FY-67 and FY-68 stated only PREVIOUS OBLIGATION - CURRENT FY-(,7 104,000 OBLIGATION BY THIS DOCUMENT DESCRIPTION, PROGRAM OR LINE ITEM FISCAL YEAR PROJECT AMOUNT Cameras, Perkin-Elmer -695) 19_67 IDEALIST 4,000 Spares, _Mod Kits (CL prochatilionReleiiika01/04/23_,:__CIA-RDP7I-B0069-7R001-600070001 4 DRAGONLADY - HF-CT-695 1967 FOG 6 000 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved Por Release 4).1/04/23 : CIA-RISI1g0697R0016001RoPtinn1-A. CONTRACT PRECONTRACT APPROVAL RECORD (PART TWO) The services and equipment being procured by this Contract No. HF?CT-695 are in furtherance of the IDEALIST and FOG Program(s), the nature of which cannot be publicly disclosed for security rea- sons. The Contracting Officer therefore determines that this procurement must be accomplished by negotiations pursuant to the authority of Section 3(a) of PL 81-110 and Class Determination and Finding, OXC 2122, signed by the DDCI on 15 October 1961. Certification of funds for this contract will be handled under the pro- cedure approved by the Director of Central Intelligence on 15 December 1956 which, in effect, results in all covert expenses involving issuance of Treasury Checks being accumulated in a separate account within the Finance Division. The amounts in this account will be periodically scheduled for certification of the vouchers by the Director. This procedure eliminates the necessity for a sepa- rate certification of authority under Section 8(b) of Public Law 110, 81st Con- gress (formerly 10(b) - see 85-507 dated 7/7/58) for each contract. The following comments describe the procurement hereby effected, the terms and provisions generally of this contract/amendment, and a resume of major issues negotiated: Contract No. HF-CT-695 covers spare parts and support items for equipment supplied by P&E in connection with the IDEALIST and FOG Programs. Amendment No. 39 has been drawn to extend the term of the contract to 30 June 1968 to obligate additional FY-67 funds and to obligate FY-68 funds subject to availability. Apr -caved For Release 2001404423 ? CIA ROP71-130069.744001600070001 4 FORM13.6 2I67a SECRET Excluded from automatic downgrading and [ declassification GROUP I (12) 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Next 2 Page(s) In Document Exempt Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Amor' 25X1A Ap -roved For Release 2141/04/23 : CIA-RDAW0697R001600074a01-4 PRECONTRACT APPROVAL RECORD (PART TWO) CONTRACT services and equipment being procured Amend. ag are in furtherance of the iiii.kh-ifygret No. Program(s), the nature of which cannot be publicly disclosed for security rea- sons. The Contracting Officer therefore determines that this procurement must be accomplished by negotiations pursuant to the authority of Section 3(a) of PL 81-110 and Class Determination and Finding, OKC 2122, signed by the DDCI on 15 October 1961. Certification of funds for this contract will be handled under the pro- cedure approved by the Director of Central Intelligence on 15 December 1956 which, in effect, results in all covert expenses involving issuance of Treasury Checks being accumulated in a separate account within the Finance Division. The amounts in this account will be periodically scheduled for certification of the vouchers by the Director. This procedure eliminates the necessity for a sepa- rate certification of authority under Section 8(h) of Public Law 110, 81st Con- gress (formerly 10(b) - see 85-507 dated 7/7/58) for each contract. The following comments describe the procurement hereby effected, the terms and provisions generally of this contract/amendment, and a resume of major issues negotiated: Contract No. HF-CT-695 covers spare parts and support items for equipment supplied by P&E in connection with the IDEALIST and FOG Programs. Amendment No. 38 obligates additional"FY-67 IDEALIST and FOG Funds required for performance of the contract through 30 June 1967. Obligation of DL Funds is authorized in 30 March 1967. The following is a summary of FY-67 Fund obligations under the contract by customers: Common Customer IDEALIST - 40% DRAGONLADY - 60% Customer No. 1 Customer No. 2 Total Allocation 836,000 54,000 14,000 0 8104,000 Appr-avad-Far RalanQA 9nniuniton ? CIA-RnP71ROOR97R001600070001-4 FORM2I67a 11-63 SECRET Excludedfrornauvonlatil downgrodingand declassification G11001 (12) 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2Q1/04/23 : CIA-RDP71B00697R0016000,1.001-4 SECRET 25 May 1967 MEMORANDUM FOR THE RECORD SUBJECT: Concurrence with Amendment No. 38 to Contract HF-CT-695 with Perkin-Elmer Corporation The undersigned has reviewed the subject contract or amendment and finds that the scope of work included therein is in accordance with the requirements levied on the Project IDEALIST procurement system by the Department of the Air Force. 25X1 A Approved For Release 2001/04/23 : CIA-RDP711B00697R001600070001-4 25X1A 25X1A Approved For Release 200144/23 : CIA-Rppc7R1A00697R00160W04101-4 ? , MEMORANDUM FOR: Chief, Contracts Management Division, OSA SUBJECT: Contract No. IIF-CT-695 PERKIN-ELMER CORPORATION OSA-2948 -70 12 November 1970 1. Our records indicate that subject contract was completed as of 1968 , and that final action was taken. 10 November 1970. Following is a summary of cost: Amount Obligated Amount Paid Balance -0- 2. We are using this memorandum as a basis for closing this contract. 3. All deliveries and services have been completed. Chief, Budget Finance Division OSA-DD/S&T Chief, Contracts Management Division,- OSA Dist: Orig 1 -Addressee 1 -CMD/OSA (Urban) 1 -BUD/OSA (Budg-JCL) 1 -BUD/OSA (Contr Pmt) 1 - RB/OSA RWE:k1b/BUD/OSA ------------ GROUP 1 Exottidad tram automatic Onagrading and SECRET O!.:tionWcation Approved For Release 2001/04/23 : CIA-RDP7113006 TROOT600070 01-4 25X1A PERKIN-ELMER - HF-CT-695 List No. Depot Amount issue Date Acceptance By Contractor Contractor Exhibit Date No. Days Approval Date Contracting Officer Common 9,621.00 6 July 1966 516.00 27 July 1966 3,972.00 24 Aug. 1966 1,778.00 14 Oct. 1966 400.00 2 Nov. 1966 996.00 3 Nov. 1966 168.00 4 Nov. 1966 480.00 9 Nov. 1966 Customer No. 1 1,204.00 18 Nov. 1966 96.00 28 Nov. 1966 11,621.00 23 Nov. 1966 5,727.00 12 May 1967 15.00 11 Jan. 1967 83.00 7 Feb. 1967 Customer No. 1 --- No Date it ?? II It ,, ,, II II fy IT II I 4 Jan. 1967 21 Feb. 1967 19 May 1967 19 May 1967 21 Feb. 1967 18 Oct.1966 18 Oct.1966 18 Oct.1966 22 May 1967 19 Jan. 1967 19 Jan. 1967 19 Jan. 1967 19 Jan. 1967 19 Jan. 1967 15 Mar. 1967 19 Apr. 1967 22 May 1967 22 May 1967 9 Mar. 1967 lo)-,- 83 45 218 77 76 75 70 60 135 146 10 130 28 8 Nov. 1966 8 Nov. 1966 8 Nov. 1966 11 June 1967 No Date II II TT II 24 Mar. 1967 26 Apr. 1967 1 June 1967 1 June 1967 20 Mar. 1967 ,67-1 0 0 2 CD 3 (I; 4 co co 5 03 1r: 6 7 o 8 " C?1 9 ?zr lo 0 C?1 CD 11 12 13 u_ 14 o. 15 0_ 16 Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 List No. Amount Depot Issue Date Acceptance By Contractor Contractor Exhibit Date No. Days Approval Date Contracting Officer Common 67-17 5,362.00 2 Feb. 1966 21 Feb. 1967 19 Apr. 1967 77 26 Apr. 1967 18 104.00 17 Mar. 1967 21 Feb. 1967 19 Apr. 1967 28 26 Apr. 1967 19 5,297.00 13 Feb. 1967 26 Apr. 1967 19 May 1967 96 1 June 1967 20 1,578.00 14 Feb. 1967 26 Apr. 1967 19 May 1967 95 1 June 1967 21 4,400.00 24 Feb. 1967 26 Apr. 1967 22 May 1967 90 1 June 1967 208.00 2 Mar. 1967 26 Apr. 1967 19 May 1967 77 1 June 1967 cr ) 23 600.00 9 Mar. 1967 26 Apr. 1967 19 May 1967 70 1 June 1967 CD 24 455.00 3 Apr. 1967 26 Apr. 1967 22 May 1967 39 1 June 1967 1r: 0- 25 176.00 11 Apr. 1967 26 Apr. 1967 22 May 1967 40 1 June 1967 26 192.00 13 Apr. 1967 26 Apr. 1967 22 May 1967 39 1 June 1967 27 140.00 12 May 1967 19 May 1967 22 May 1967 10 1 June 1967 C?1 0 28 4,299.28 19 May 1967 6 June 1967 24 July 1968 430 14 Aug. 1968 ) 29 C?1 672.09 19 May 1967 6 June 1967 24 July 1968 430 14 Aug. 1968 30 10,822.27 No Date 29 June 1967 24 July 1968 14 Aug. 1968 ce 31 12,016.19 29 June 1967 24 July 1968 14 Aug. 1968 u_ 32 -o 11,845.10 It 29 June 1967 24 July 1968 14 Aug. 1968 33 58.06 9 June 1967 29 June 1967 24 July 1968 410 14 Aug. 1968 o. o. Approved For Release 2001/04/23: CIA-RDP71600697R001600070001-4 List No. Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Depot Acceptance Contractor Amount Issue Date By Contractor Exhibit Date No. Days Approval Date Contracting Officer Common 67-34 16 June 1967 29 June 1967 24 July 1968 403 14 Aug. 1968 35 19 June 1967 29 June 1967 24 July 1968 400 14 Aug. 1968 Subtotal stonier 3,991 67-9 No Date No Date 15 Mar. 1967 24 Mar. 1967 16 27 January 1967 21 Feb. 1967 9 Mar. 1967 13 22 Mar. 1967 Subtotal 13 GRAND TOTAT,S 4 004 25X1 A (Average days, 11)-i-) Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A 25i,(1A 25X1A 25X1A 25X1A Approved For Release 20010/23 : CIA-RDP71B00697R0016000700404 DEFENSE CONTRACTAUDITAGENCY CAMERON STATION ALEXANDRIA, VIRGINIA 22314 IN REPLY REFER TO OSA-3341-69 NY-70-132-374 Rosslyn Station Arlington, Virginia 22209 December 5, 1969 SUBJECT: Report on Evaluation of Proposed FY 68 Priced Exhibits The Perkin-Elmer Corporation Electro-Optical Division, Wilton, Conn. Fixed Price Call Contract No. HF-CT-695 TO : Contracting Officer 25X1A 1. Purpose of Evaluation. As requested, an evaluation was made of the contractor's proposed spare parts Priced Exhibit Numbers 68-1 thru 68-22 in the total amount of 25X1A 2. Scope of Evaluation. Since all spare parts for Fiscal Year 1968 have been completed and shipped, the evaluation was limited to a comparison of incurred costs with proposed selling price, and a verification of the proposed pricing formula with contractual terms. 3. Results of Evaluation. The results of evaluation, as detailed in Exhibit A, are as follows: Total Proposed Selling Price Auditor's Recommended Selling Price Incurred Cost Recommended Selling Price Recommended Adjustment /)7A NE.-$ Approved For Release 2001/04/23 : CIA-RD i143q0 04'00070001-4 a 25X1A 25X1A 25X1A 25X1A 25X1A Approved For Release 2004V/23 : CIA-RDP71600697R00160007000 -4 -2- a. The proposed selling price would result in a profit 011111111of incurred cost, compared to the negotiated rate 01111111Ik the pricing formula. This significant under-run is primarily due to an excessive estimate for labor hours on Exhibit Numbers 12, 13, 16, and 17. b. The recommended selling price represents actual cost plus profit at the negotiated pricing formula rate of 4. Special Comments. Discussions were held with the contractor in an attempt to resolve the recommended reductions of $26,152 on the subject contract. In these discussions, the contractor has suggested that Contract No. HF-CT-695 should be combined with two other fixed price spare parts contracts in the determination of a reasonable profit. The contractor's suggested basis for settlement is detailed as follows: Contract No. Year* 4801 FY 69 695 FY 68 551 FY 68 Total *Performance Period In considering the contractor's proposal for an overall settlement, it should be noted that a profit factor of 1111was included in the contractor's originally proposed prices. (7 I. ry r`Al (-0 _ Approswcr FoReleas21/04/2? :/CIA-RDP71B00697R001600070001-4 .., 7 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 -3- The settlement recommended by the auditor, assuming that the basis suggested by the contractor is acceptable, is determined as follows: Total Incurred Costs (Contracts Nos. 4801, 695, 551) Recommended Settlement Proposed Settlement Recommended Voluntary Refund 25X1A 5. Concluding Remarks. We will be pleased to furnish any accounting counsel and any additional evaluation service which you may require. The use of this report for other than the negotiation of the subject proposal is not recommended without prior consultation with our office. DCAA Representative - APL Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 EXHIBIT A Page 2 Explanatory Notes. 1. Cost Accepted. The recommended acceptable cost represents incurred cost. 2. Cost Questioned. Cost questioned represents the difference between proposed cost and incurred cost. The significant under-run is primarily due to excessive estimates for labor hours. 3. Profit. Profit is computed at the negotiated pricing formula rate of 4. Total Selling Price. The total recommended selling price represents actual cost plus profit at Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A Approved For Relea* 2001/04/23 : CIA-RDP71B00697R001400070001-4 DATE 9-22-69 MEMORANDUM FOR-: Chief, Industrial Audit Division, OSA SUBJECT: BEQUEST for AUDIT CONTRACTOR: Contract no. Type of Contract: Type of Audit Required: Dollar Value of Contract: Date Audit Required:, NEGOTIATOR: PERKIN-ELMER HE-CT-695 F.P./call-type Price Analysis NMI ASAP CND 0 A Date .43)._//(09 MEMORANDUM FOR: Contracts Management Division, OSA ? Audit Scheduled For: 25X1A ifs' P Approved For Release 2001/04/23 : CIA-RDP71B00097R001600070001-4 25X1A 25X1 A t)Ltai L Approved For Release 2091/04123 : CIA-RDP71B00697R00160007,11001-4 Perkin-Elmer Corporation Main Avenue Norwalk, Connecticut Gentlemen: OSA-2220-70 CopyLof 7 Contract No. HF-CT-695 Amendment No. 46 15 SEP 1970 1. This document constitutes Amendment No. 46 to Contract No. HF-CT-695 between the Perkin-Elmer Corporation and the United States Government. The contract was effective for the period 1 March 1958 through 30 June 1968. 2. The parties hereto have at various times agreed upon a final price for certain periods of time. Said incremental agreements are as follows: Period Customer Amount Total a. 1 Mar. 1958 - 30 June 1958 b. 1 July 1958 - 30 June 1959 c. 1 July 1959 - 30 June 1960 d. 1 July 1960 - 31 Dec. 1960 No. 1 No. 2 No. 1 No. 2 No. 1 No. 2 No. 1 No. 2 e. 1 Jan. 1961 - 30 June 1961 No. 1 No. 2 Common f. 1 July 1961 - 30 June 1962 g. 1 July 1962 - 30 June 1967 h. 1 July 1967 - 30 June 1968 Grand Total No. 1 No. 2 Common Sub-total Approved For Release 2001/04/23 : CIA311.0769ZR001600070001-4 ULiiJf ""f n.1 25X1A 25X1A Approved For Release 2001/04/23 : CIA-RDP7M0007k001600070001-4 The above results in a funded total final consideration of The spares ordered under this contract have been satisfactorily delivered. All other terms and conditions, as amended, remain unchanged. 4. Please indicate your receipt and acceptance of this Amendment No. 46 to Contract No. HF-CT-695 by executing the original and two copies. Please return the fully executed original and one copy to the undersigned and retain the remaining copy for your files. 25X1A ACKNOWTPDGED AND ACCEPTED Very truly yours, MEM TITLE General Manager, Electro-Optical Division DATE October 21, 1970 Approved For Release 2001/04/23 : CIA-RDP7 00.6A7R 01600070001-4 - 2 - 2 X1A 5X1A 2 X1A 2 X1A Approved For Release 2001/04/23 : CIA-RDP711300697R001600070001-4 Dear e, linclosed is final Mendent No. 46 to 08A-3 -69 23 December 1969 act No. HF-CT-67. 1111111 The settlement of for FY-63 through FY-67 for the two contracts was hand eP 1 as o1 owst 0-CT-551 11F-CT-65 25X1A The period I March 1958 throug total 30 June 1962 was shown as final in Amendment No. 23. This Amendmenti No. 16 caps h the above plus reflecting our agreement of for FT-68 or a 25X1A tote], final contract price of A recap of the payment status is as follows: Final Price Paid 41/0 4/16/69 Balance Due Please submit the to11owing in. order t a. Clime. 24 Reporting of Royalties b. Clause 27 - Patent Rights O . Clause 30 - Government Furnished Property d. FT-68 Receipted Delivery Tickets e. ftecuted Amendment No. 46 f. Fintl Invoice Diet: Orig & 1 - 1 - BPD/OSA 1 - CMD/Contract Section 1 - RB/OSA 25X1A ct be p tel: Very truly yours, Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A 25X1 A Approved For Release_2001/04/23 : CIA-RDP71600 Perkin-Elmer Corporation Main Avenue Norwalk, Connecticut Gentlemen: 2 FIXIVON270001-4 P'iltiv ,c/1 cTP 0SA-3518-69 4.12r e/w)" Copy_l_of 7 A// -7Cr 0 Contract No. HF-CT-695 r Amendment No. 46 3 0 DEO 1959 1. This document const tutes Amendment No. 46 to Contract No. HF-CT-695 between the Perin-Elmer Corporation and the United States Government. The contiAct was effective for the period 1 March 1958 through 30 June 1 68. 2. The parties hereto hav at various times agreed upon a final Trice for certain periods of tim . Said incremental agreements are as follows: Period a. 1 Mar. 1958 - 30 June 1958 b. 1 July 1958 - 30 June 1959 c. 1 July 1959 - 30 June 1960 ?Vustomer \\No. 1 No. 2 t` . 1 N& 2 No. No. d. 1 July 1960 - 31 Dec. 1960 No. 1' No. 2 e. 1 Jan. 1961 - 30 June 1961 f. 1 July 1961 - 30 June 1962 g ? 1 July 1962 - 30 June 1967 h. 1 July 1967 - 30 June 1968 Grand Total No. 1 No. 2 Common No. 1 No. 2 Common Sub-tot Approved For Release 2001/04/23 : CIA-RDP71B00697R001600070001-4\ 25X1A 25X1A Approved For Release 2001/04/23 : CIA-RDP711300697R0016Q4970001-4 ler 25X1A 3. The above results in a net decrease of or a total final consideration of The spares ordered under this contract have been satisfactorily delivered. All other terms and conditions, as amended, remain unchanged. 4. Please indicate your receipt and acceptance of this Amendment No. 46 to Contract No. HF-CT-695 by executing the original and two copies. Please return the fully executed original and one copy to the undersigned and retain the remaining copy for your files. ACKNOWTRDGED AND ACCEPTED PERKIN-ELMER CORPORATION BY TITTP DAlE 2 Very truly yours, THE UND.ED STATES OF AMERICA rac ing Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A 25X1A Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A SEC. CL. ORIGIN CM OS DATE OF DOC 23 Dec. DATE RECD DATE OUT CONTROL NOr' OSA-3518-69 EROSS REFERENCE OR POINT OF FILING To PERKIN-ELMER/ INorwaik,Corth": FROM Contracting Orficer SUBJ. Cont. HF-CT-695 Amt. r 3/ 7 da. Diet: Cy 1 - CVDD/OSA 2 - Contractor. 2 -31- 7z) 3 - BFD/OSA L.- ROUTING DATE SENT 1 7 RB OSA COURIER NO. ANSWERED NO REPLY Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A Approved For Release 2004104/23 : CIA-RDP71B00697R001600074a01-4 OSA-2967_68 Copy / of 5 Contract No. HF-CT-695 Amendment No. 45 IC OCT is1613 The Perkin-Elmer Corporation Main Avenue Norwalk, Connecticut Gentlemen: 1. This document constitutes Amendment No. 45 to Contract No. HF-CT-695 between The Perkin-Elmer Corporation and the United States of America. 2. Pursuant to the clause of this contract entitled "CHANGES" and mutual agreement between the parties hereto, it is in the interest of the Government to amend the contract as follows: APPENDIX X, attached hereto, is added to the contract schedule. The pricing formula set forth therein shall be fixed for the period commencing 1 August 1967 and ending 30 June 1968. Payments made to the Contractor for work and services performed on and after 1 August 1967 computed on a provisional pricing formula shall be adjusted to the pricing formula established in APPENDIX X. 3. All other term and conditions of this Contract No. HF-CT- 695, as amended, remain unchanged. 4. Please indicate your receipt of this Amendment No. 45 to Contract No. HF-CT-695, and your acceptance thereof by executing the original and two copies of this amendment. Return the fully executed original and one copy to the undersigned and retain the remaining copy for your files. Very truly yours, THE UNITED STALES OF AMERICA DATE Sr. Vice-President, Optical Group November 13, 1968 Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 25X1A 25X1A Approved For Release 20411/04/23 : CIA-RDP71600697R00160007.11001-4 APPENDIX X Pricing Formula for Period 1 August 1967 through 30 June 1968 (1) Extend the estimated labor hours at current labor and overhead quoting rates as recommended for acceptance by the cognizant DCAA auditor; (2) Estimated material and other non-labor at actual cost; (3) Apply current G&A quoting rate, as recommended for acceptance by the cognizant DCAA auditor, to the total of (1) and (2); (4) Apply a profit factor of to (2) and (3); (5) All shipments shall be F.O.B. destination and all shipping costs shall be charged at actual cost. Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Approved For Release 20,01/04/23 : CBE B00697R001600Q0001-4 OSA-1730-68 Copy I of 5 Contract No. HF-CT-695 Amendment No. 44 28 MAY 1968 The Perkin-Elmer Corporation Main Avenue Norwalk, Connecticut Gentlemen: 1. This document constitutes Amendment No. 44 to Contract No. HF-CT-695 between The Perkin-Elmer Corporation and the United States of America. 2. Pursuant to the clause of this contract entitled "CHANGES" and mutual agreement between the parties hereto, it is in the interest of the Government to amend the contract as follows: Line 1. in PART VII - FUNDS ALLOTTED, of the contract schedule as amended is deleted and Line 1. stated below is substituted therefor: "1. 1 July 1967 through 25X1A Common Customer No. 1 25X1A 25X1A 3. The above results in a reduction of the FY-68 Common account o )4. All other terms and conditions of Contract No. HF-CT-695? as amended, remain unchanged. 5. Please indicate your receipt of this Amendment No. 44 to Contract No. HP-CT-695, and your acceptance thereof by executing the original and two copies of this amendment. Return the fully executed original and one copy to the undersigned and retain the remaining copy for your files. Very truly yours, AeKN THE UNITED STATES OF AMERICA THE BY TITTESr.'Vice-President,Optical Group DATE 6/13/68 Approved For Release 2001/04/23 : CIA-ROP,71P00,697R001600070001-4 25X1A V mtioe 25X1A Approved For Release 209J/04/23 : CIA-11M1697R00160007=1-4 OSA-1337-68 Copy /,of 5 Contract No. HF-CT-695 Amendment No. 43 MAY ru The Perkin-Elmer Corporation Main Avenue Norwalk, Connecticut Gentlemen: 1. This document constitutes Amendment No. 43 to Contract No. HF-CT-695 between The Perkin-Elmer Corporation and the United States of America. 2. Pursuant to the clause of this contract entitled "CHANGES" and mutual agreement between the parties hereto, it is in the interest of the Government to amend the contract as follows: Line 1. in PART VII - FUNDS ALLOTTED, of the contract schedule as amended is deleted and Line 1. stated below is substituted therefor: "1. 1 July 1967 through 30 Jun 1Q1. Common Customer No. 1 3. The effect of the above action is to increase the FY-68 Customer No. 1 account by $15,000. 25X1A 4. All other terms and conditions of Contract No. HF-CT-695, as amended, remain unchanged. 5. Please indicate your receipt of this Amendment No. 43 to Contract No. HF-CT-695, and your acceptance thereof by executing the original and two copies of this amendment. Return the fully executed original and one copy to the undersigned and retain the remaining copy for your files. ACKNOWLEDGED AND ACCEPTED Very truly yours, THE UNITED STATES OF AMERICA 25X1A TIMEVice-President & Chief Scientist DATE May 16, 1968 Approved For Release 2001/04/23 : iSf511011:71B00697R001600070001-4 25X1A Approved For Release 20(4104/23 : CIA-RD The Perkin-Elmer Corporation Main Avenue Norwalk, Connecticut Gentlemen: 7R001600014V1-4 OSA-4436-67 Copy of 5 Contract No. HF-CT-695 Amendment No. 42 1. This document constitutes Amendment No. 42 to Contract No. HF-CT-695 between the Perkin-Elmer Corporation and the United States of America. 2. Pursuant to the clause of this contract entitled "CHANGES" and mutual agreement between the parties hereto, it is in the interest of the Government to amend the contract as follows: Line 1. in PART VII - FUNDS ALLOTTED, of the contract schedule as amended is deleted and Line 1. stated below is substituted therefor: "1. 1 July 1967 through 30 June 1968: 25X1A Common Customer No. 1 3. All other terms and conditions of Contract No. HF-CT-695, as amended, remain unchanged. 4. Please indicate your receipt of this Amendment No. 42 to Contract No. HF-CT-695, and your acceptance thereof by executing the original and two copies of this amendment. Return the fully executed original and one copy to the undersigned and retain the remaining copy for your files. ACKNOWLEDGED &,ACCEPTED The Per in e or oration DATE January 19, 1968 Very truly yours, 25X1A THE UNITED STATES OF AMERICA, on rac ing ? icer Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 Sitir 25X1A 4-4 25X1A Saritt:i Approved For Release 2043/.04/23 : CIA-RDP711300697R001600074001-4 OSA-4067-67 Copy i of 5 Contract No. HF-CT-695 Amendment No. 41 The Perkin-Elmer Corporation Main Avenue Norwalk, Connecticut Gentlemen: 1. This document constitutes Amendment No. 41 to Con- tract No. HF-CT-695 between The Perkin-Elmer Corporation and the United States of America. 2. Pursuant to mutual agreement between the parties hereto, it is in the interest of the Government to amend the contract as follows: In PART VII - FUNDS ALLOTTED, of the contract schedule as amended, Paragraph k. is deleted and Paragraph k. set forth below is substituted therefor: "k. 1 July 1966 through 30 June Common Customer No. 1 1 Q7 3. All other terms and conditions of Contract No. HF-CT-695, as amended, remain unchanged. 4. Please indicate your receipt of this Amendment No. 41 to Contract No. HF-CT-695, and your acceptance thereof by executing the original and two copies of this amendment. Return the fully executed original and one copy to the undersigned and retain the remaining copy for your files. ACKNOWL I AN; 'CCEPTED THE PEARTe A,401?FbORPORA Very truly yours, roup Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 s ? EG. 25X1A 25X1A 25X1A Approved For ReleaseZ001/04/23 : CI B00697R001601W70001-4 OSA-3281-67 Copy / of 5 Contract No. HF-CT-695 Amendment No. 40 9 OCT 1967 The Perkin-Elmer Corporation Main Avenue Norwalk, Connecticut Gentlemen: 1. This document constitutes Amendment No. 40 to Contract No. HF-CT-695 between The Perkin-Elmer Corporation and the United States of America. 2. Pursuant to the clause of this contract entitled "CHANGES" and mutual agreement between the parties hereto, it is in the interest of the Government to amend the contract as follows: Line 1. in PART VII - FUNDS ALLOTTED, of the con- tract schedule, as amended, is deleted and Line 1. stated below is substituted therefor: "1. 1 July 1967 through 30 June 1968: Common Customer No. 1 Customer No. 2 3. All other terms and conditions of Contract No. HF-CT- 695, as amended, remain unchanged. 4. Please indicate your receipt of this Amendment No. 40 to Contract No. HF-CT-695, and your acceptance thereof by executing the original and two copies of this amendment. Return the fully executed original and one copy to the undersigned and retain the remaining copy for your files. ACKNOWLE yPTED THE PE RPORATION Very truly yours, on Approved For Release 2001/04/23: CIA-RDP71600697R001600070001-4 25X1A Approved For Release 2W/04/23 : CIA-REOR DS E197R00160007,9,001-4 OSA-2376-67 Copy! of 5 Contract No. HF-CT-695 Amendment No. 39 JUN 1967 The Perkin-Elmer Corporation Main Avenue Norwalk, Connecticut Gentlemen: 1. This document constitutes Amendment No. 39 to Contract No. HF-CT-695 between The Perkin-Elmer Corporation and the United States of America. 2. Pursuant to the clause of this contract entitled "CHANGES" and mutual agreement between the parties hereto, it is in the interest of the Government to amend the contract as follows: a. In PART VII - FUNDS ALLOTTED, of the contract schedule as amended, Paragraph k. is deleted and the following Paragraphs k. and 1. are added: "k. 1 July 1966 through 30 June 1967: Common Customer No. 1 Customer No. 2 July 1967 through 30 June 1968: Common * Contingent upon the availability of funds for this purpose during the Government's Fiscal Year 1968." b. Paragraph (a) in PART V - PERIOD OF PERFORMANCE of the contract schedule as amended, is deleted and the following paragraph is substituted therefor: "(a) The Contractor shall furnish the articles and supplies required hereunder during the period 1 March 1958 through 30 June 1968." Approved For Release 2001/04/23 : CIA-RDP71600697R001600070001-4 MET 25X1A 25X1A SEt:.RtT Approved For Release 20W/04/23 : CIA-RDP71'1300697R001600074001-4 -2- 3. All other terms and conditions of Contract No. HF-CT-695, as amended, remain unchanged. 4. Please indicate your receipt of this Amendment No. 39 to Contract No. HF-CT-695 and your acceptance thereof by executing the original and two copies of this amendment. Return the fully executed original and one copy to the under- signed and retain the remaining copy for your files. 25X1A Very truly yours, AmmowLERGED AND ACCEPTED THE PERKIN- RPORATION / BY TI DATE 6 July 1967 Approved For Release 2001/04/23 :Snarl B00697R001600070001-4 25X1A ggT ?Ili Approved For Release 20.Q,1/04/23 : /11300697R001600041001-4 The Perkin-Elmer Corporation Main Avenue Norwalk, Connecticut Gentlemen: OSA-1276-67 Copy,/ of 5 Contract No. HF-CT-695 Amendment No. 38 18 APR 197 1. This document constitutes Amendment No. 38 to Contract No. HF-CT-695 between The Perkin-Elmer Corporation and the United States of America. 2. Pursuant to the clause of this contract entitled "CHANGES" and mutual agreement between the parties hereto, it is in the interest of the Government to amend the contract as follows: In PART VII - FUNDS ALLOTTED, of the contract schedule, as amended, Paragraph K. is deleted and the following Paragraph k. is substituted therefor: "k. 1 July 1966 through 30 June 1967 Common Customer No. 1 Customer No. 2 25X1A 3. All other terms and conditions of Contract No. HF- CT-695, as amended, remain unchanged. 4. Please indicate your receipt of this Amendment No. 38 to Contract No. HF-CT-695 and your acceptance thereof by executing the original and two copies of this amendment. Return the fully executed original and one copy to the undersigned and retain the remaining copy for your files. ACKNOWLEDG9EPTED THE PERKIN CORPORATION BY TIT Approved Very truly yours, THE ED STATES OF AMERICA E 27 April 1967 R001600070001-4 25X1A