COST ANALYSIS (AMENDED) FOR FOLLOW-ON ELECTROMAGNETIC RECONNAISSANCE SYSTEMS

Document Type: 
Collection: 
Document Number (FOIA) /ESDN (CREST): 
CIA-RDP72B00464R000400080002-2
Release Decision: 
RIPPUB
Original Classification: 
K
Document Page Count: 
77
Document Creation Date: 
December 22, 2016
Document Release Date: 
May 3, 2010
Sequence Number: 
2
Case Number: 
Publication Date: 
October 5, 1964
Content Type: 
SUMMARY
File: 
AttachmentSize
PDF icon CIA-RDP72B00464R000400080002-2.pdf3.14 MB
Body: 
Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 COST ANALYSIS (AMENDED) for follow-on ELECTROMAGNETIC RECONNAISSANCE SYSTEMS 19bO J (D) 5 October 1964 STAT Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 3.940 J (D) SUMMARY LISTING Af ADDITIONAL AND/OR ADJUSTED REQUIItTS Description Cost Microfilming of Engineering Drawings 11,983. System Control Logic (SCL) Changes 86,318. DPOD Maintenance Support 149,510. Weight Reduction 1,038,813. Revised Provisioning Cost (814,840.) Open Procurement of Test Equipment in Lieu of GFE 151,706. Pre-Requisite Training 27,982. Adjustment of 0. H. and G & A Rates (277t422.) Estimated Cost 1,0014,050. 85,390. Total Est. Cost - Incl. Fee 1,089,110. Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Requirement: Microfilming of Engineering Drawings Description: The following shall be provided in fulfillment of this item: 1. 35mm microfilm per MIL-M-9868 Type I - Silver Halide Class 1 - Camera microfilm (negative type) Clear line image Note: The quality of microfilm will not be subject to the requirements of MTL- M-9868 - 15 April 1960 2. Microfilm will be mounted on aperture card per MIL-C-9877A Type I - Cold seal, pressure sensitive microfilm carrier. 3. Aperture card will be Code Card "W" Form DD 1306, per MIL Standard 804A. 1. All spec and source control drawings will be microfilmed and mounted in aperture cards and a vendor deck will be provided. 5. 1) 'L' a and Is.'s will be provided per NIL Standard 804A. 6. All assemblies at the EMR Contractorts level will be submitted on microfilm. 7. All schematics will be submitted on microfilm. Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Requirements: System Control Logic (SCL) changes Description: The following modifications judged by this contractor to be significantly beneficial to the performance of the SCL are presently being incorporated: 1. Class D Alarm 2. Class C Alarm 3. P Match 4. Track B Output 5. Time Mark Word 6. Status Update Tag 7. Stop and Match Tag 8. Addition of a Bit to the Analog Start Word Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Requirement: DPOD Maintenance Support Description: As set forth under this contractor's Proposal 19400 J (C) of 21i. July 1964, it was intended that maintenance services for the SAS 910 and 920 Computers would be provided by Scientific Data Systems personnel. The introduction of certain security matters have precluded such an arrangement however and necessitated a change in procedure in that computer maintenance services must now be provided by the EiR contractor. The introduction of this requirement effects an increase in program cost reflected basically in additional program personnel, basic 9101920 Computer training for two (2) EMR contractor personnel and the acquisition of spare parts. It is to be noted however that certain benefits will be derived by the contracting agency in that using activity personnel will doubtless acquire certain training from this contractor's personnel and the title to all spare parts will vest with the Government. Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Requirement: Weight Reduction Description: Under this contractor's 24 July 1964 proposal, provision was incorporated to effect a nominal weight reduction encompassing a section of the structures(s) (end bells), antennas and common equipment. It is to be noted that additional weight reduction measures were contemplated at the time of submitting the 1940 J (C) proposal but could not be firmly defined. As proposed hereunder' this contractor has entered into an extensive weight reduction program encompassing: 1. Structure re-design as a result of a reduction in the environmental criteria. 2. Use of more exotic materials. 3. Solid state L. 0. for Bands 6 and 7 b. Solid state L. 0. Study for Band 8 only 5, Selected assemblies of the "E" and UCH' Systems will be redesigned. Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Requirement: Revised Provisioning Cost Description: In the period subsequent to 21 July 196 4,, a number of firm subcontractor quotations for provisioning documentation have been received. The net affect of these firm quotations has been to reduce the estimated cost proposed by this contractor under 1914.0 J (C), Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Requirement: Open Procurement of Test Equipment in Lieu of GFE Description: As part of this contractor's 24 July 1964 Proposal 1940 J (C) under Exhibit "G" (Part B), a listing of test equipment required in support of the CPC effort was set forth. Recent SPO direction has been to isolate from the aforementioned listing those items previously unavailable in Depot inventory to support the DT & E Program (Contract AF33(657)-12278) and submit said unavailable items to the Contracting Officer for open procurement authorization. This contractor's procurement authorization request was submitted on 2 September 1964 and has received Contracting Officer endorsement. Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Requirement: Pre-Requisite Training Introduction Description: Subsequent to submittal of this contractor's 24 July 1964 Proposal 190 J (C)9 it has been determined that prior to entry into the formal training course (Item #7) it will be necessary to conduct pre-requisite training. This determination has been reached by an actual assessment of typical using activity personnel who will be enrolled in the formal training course. The pre-requisite training courses (computer programming and digital techniques respectively) are designed for personnel whose experience in hardware maintenance and/or software computer programming is limited, Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 ANALYSIS FILE! 1940 J(D) DATE: 23 September 1964 ITEM NO. All PR NO: CONTRACT: DESCRIPTION OF ITEM: SUMMARY OF REVISIONS TO ALL WSI' S COSTS TOTAL LABOR DIRECT LABOR CLASS TOTAL HOURS LABOR CLASS A LABOR CLASS B DIRECADMINISTRATIVE 5 374 16,148o 1,335 19,815 ENGINEERING 31,712 183,956 183, 956 TECHNICIANS 19,726 76,972 '6, 972 PUBLICATIONS 240 770 770 DESIGN AND DRAFTING 18,742 67,298 67,298 SHOP 21-31902 69,716 69,716 ELECTRICAL ASSEMBLY 3,251 210 9,210 INSPECTION 2,992 81893 8,893--- SPARES DATA PREPARATION 36O 1, 174 1,174 PACKAGING AND SHIPPING FIELD ENGINEERING 3,020 2,431 16,258 18,689 (1) TOTAL DIRECT LABOR 345,476 94 .,759 16.,258! 456,493 OVERHEAD: - % OF. DIRECT LABOR CLASS (A) 226,495- 82.5 % OF DIRECT LABOR CLASS (B) $ 78,176 50.0 % of Field Engineering 8,130 801 312 (2) TOTAL OVERHEAD , $ RAW MATERIAL AND PURCHASED PARTS 181,67 36 698 SUBCONTRACTING , TRAVEL AND SUBSISTENCE 25, 375 OVERTIME PREMIUM 25 , 493 PACKAGING AND SHIPPING 9, 500 OTHER DIRECT CHARGES (3) DIRECT CHARGES (OTHER THAN LABOR) $ 278,740 (4) TOTAL OF (1) AND (2) AND (3) $ 1,048,044 (5) GENERAL AND ADMINISTRATIVE EXPENSE, % OF (4) $ (43,994 (6) ESTIMATED COST, (4) + (5) $ 1,00 ,050 (7) PLANNED PROFIT OR FEE 8.5 % OF ESTIMATED COST, (6) $ 85,39II- 089,440 1 GRAND TOTAL, (6) + (7) , $ Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 ANALYSIS FILE: 1940 J(~) DATE : 23 September 1964 ITEM NO, I PR NO: CONTRACT' DESCRIPTION OF ITEM: REVISION TO W2I #1 DIRECT LABOR CLASS TOTAL HO RS COSTS U TOTAL LABOR LABOR CLASS A LABOR CLASS B ADMI I RATIVE (DIRECT) RECT) 40894 ENGINEERING 30,552 177,128 177 128 TECHNICIANS 18,9946 74 7O ., 74 PUBLICATIONS DESIGN AND DRAFTING 16,462 61,497 61,497 SHOP 21,902 69,716 69.716 ELECTRICAL ASSEMBLY ---3,-251 9,210 Q 210 INSPECTION 2 8,891 . 8,893 SPARES DATA PREPARATION PACKAGING AND SHIPPING FIELD ENGINEERING '(I) TOTAL DIRECT LABOR 328,553 91,154 119 7O7 OVERHEAD: % OF DIRECT LABOR CLASS (A) 24 94514 82.5 % OF DIRECT LABOR CLASS (B) 75,201 (2) TOTAL OVERHEAD 324,715 RAW MATERIAL AND PURCHASED PARTS 147348 SUBCONTRACTING 116-,322 TRAVEL AND SUBSISTENCE 11.,650 OVERTIME PREMIUM 25.235 PACKAGING AND SHIPPING OTHER DIRECT CHARGES (3) DIRECT CHARGES (OTHER THAN LABOR) $ 200,555 (4) TOTAL OF (I) AND (2) AND (3) $ 944,977 _ (5) GENERAL AND ADMINISTRATIVE EXPENSE, % OF (4) $ (12,107)-^-_ (6) ESTIMATED COST, (4) + (5) $ 932,870----- (7) PLANNED PROFIT OR FEE % OF ESTIMATED COST, (6) $ 79,294 GRAND TOTAL, (6) + (7) $ 1,012,164 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 ANALYSIS FILE: 1940 J(D) DATE: 23 September 1964 ITEM NO: II PR NO CONTRACT: DESCRIPTION OF ITEM: REVISION TO WSI #2 COSTS TOTAL LABOR DIRECT LABOR CLASS TOTAL HOURS ? LABOR CLASS A LABOR CLASS B ADMINISTRATIVE (DIRECT) ENGINEERING TECHNICIANS PUBLICAT IONS DESIGN AND DRAFTING SHOP ELECTRICAL ASSEMBLY INSPECTION SPARES DATA PREPARATION PACKAGING AND SHIPPING FIELD ENGINEERING (I) TOTAL DIRECT LABOR OVERHEAD: % OF DIRECT LABOR CLASS (A) % OF DIRECT LABOR CLASS (B) (893) (2) TOTAL OVERHEAD --- RAW MATERIAL AND PURCHASED PARTS (20 425) SUBCONTRACTING , - - TRAVEL AND SUBSISTENCE OVERTIME PREMIUM PACKAGING AND SHIPPING OTHER DIRECT CHARGES (3) DIRECT CHARGES (OTHER THAN LABOR) $ (20,425)_--- $ 21'318 (4) TOTAL OF (I) AND (2) AND (3) -- (5) GENERAL AND ADMINISTRATIVE EXPENSE, - % OF (4) $ (3,112) (6) ESTIMATED COST, (4) + (5) $ (24, 3o ~ (7) PLANNED PROFIT OR FEE 8.5 % OF ESTIMAT ED COST, (6) $ (2,077 (26,5507) GRAND TOTAL, (6) + (7) $ Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 ANALYSIS FILE: 1940 J(D) DATE-. 23 September 1964 ITEM NO: 3 PR NO: CONTRACT: DESCRIPTION OF ITEM: R VISION 0p' WSI #3 DIRECT LABOR CLAS T COSTS S OTAL HOURS LABOR CLASS A LABOR CLASS B TOTAL LABOR ADMINISTRATIVE (DIRECT) ENGINEERING TECHNICIANS PUBLICATIONS DESIGN AND DRAFTING SHOP ELECTRICAL ASSEMBLY INSPECTION SPARES DATA PREPARATION PACKAGING AND SHIPPING FIELD ENGINEERING (I) TOTAL DIRECT LABOR OVERHEAD: % OF DIRECT LABOR CLASS (A) % OF DIRECT LABOR CLASS (B) $ (2) TOTAL OVERHEAD $ (23,222) RAW MATERIAL AND PURCHASED PARTS SUBCONTRACTING TRAVEL AND SUBSISTENCE OVERTIME PREMIUM PACKAGING AND SHIPPING OTHER DIRECT CHARGES (3) DIRECT CHARGES (OTHER THAN LABOR) $ (4) TOTAL OF (I) AND (2) AND (3) $ 123,222) (5) GENERAL AND ADMINISTRATIVE EXPENSE, % OF (4) $ (24,645) (6) ESTIMATED COST, (4) + (5) 7j (7) PLANNED PROFIT OR FEE 8.5 % OF ESTIMATED COST, (6) $ 14~0 GRAND TOTAL, (6) + (7) $ (51,930 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 ANALYSIS FILE: 1940 J(D) DATE: 23 September 1964 ITEM NO: 4. PR NO: CONTRACT: DESCRIPTION OF ITEM: REVISION TO WSI #4 DIRECT LABOR CLASS TOTAL HOURS COSTS TOTAL LABOR LABOR CLASS A LABOR CLASS B ADMINISTRATIVE (DIRECT) ENGINEERING 120 684 684 TECHNICIANS ? 80 286 286 PUBLICATIONS DESIGN AND DRAFTING SHOP ELECTRICAL ASSEMBLY INSPECTION SPARES DATA PREPARATION 360 1,174 1 174 PACKAGING AND SHIPPING FIELD ENGINEERING (I) TOTAL DIRECT LABOR 970 1,174 2,144 OVERHEAD: % OF DIRECT LABOR CLASS (A) $ % OF DIRECT LABOR CLASS (8) $ 969 (2) TOTAL OVERHEAD $1, 808 RAW MATERIAL AND PURCHASED PARTS SUBCONTRACTING (56; ~ s TRAVEL AND SUBSISTENCE _ { OVERTIME PREMIUM 94 PACKAGING AND SHIPPING OTHER DIRECT CHARGES (3) DIRECT CHARGES (OTHER THAN LABOR) J56,900Z (4) TOTAL OF (I) AND (2) AND (3) 1 ) _ vl (5) GENERAL AND ADMINISTRATIVE EXPENSE, % OF (4) $ (6) ESTIMATED COST, (4) + (5) --r_- (7) PLANNED PROFIT OR FEE 8.5 % OF ESTIMATED COST, (6) 001 _ _ 463,83$ Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 ANALYSIS 1940 J(D) DATE: 23 September 1964 ITEM NO: 5. PR NO CONTRACT: DESCRIPTION OF ITEM: REVISION OF WSI #5 DIRECT LABOR CLASS TOTAL HOURS COSTS TOTAL LABOR LABOR CLASS A LABOR CLASS 8 ADMINISTRATIVE (DIRECT) ENGINEERING -"' TECHNICIANS PUBLICATIONS DESIGN AND DRAFTING SHOP ELECTRICAL ASSEMBLY INSPECTION SPARES DATA PREPARATION PACKAGING AND SHIPPING FIELD ENGINEERING (I) TOTAL DIRECT LABOR OVERHEAD: % OF DIRECT LABOR CLASS (A) % OF DIRECT LABOR CLASS (B) (2) TOTAL OVERHEAD (3,828), RAW MATERIAL AND PURCHASED PARTS SUBCONTRACTING TRAVEL AND SUBSISTENCE OVERTIME PREMIUM PACKAGING AND SHIPPING OTHER DIRECT CHARGES (3) DIRECT CHARGES (OTHER THAN LABOR) $ (4) TOTAL OF (I) AND (2) AND (3) $ (3,828) (5) GENERAL AND ADMINISTRATIVE EXPENSE, % OF (4) $ (1,914 (6) ESTIMATED COST, (4) + (5) (7) PLANNED PROFIT OR FEE8.5 % OF ESTIMATED COST, (6) GRAND TOTAL, (6) + (7) (5,742 $ t $ (6,230) Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 DESCRIPTION OF ITEM: REVISIO A P1 TO WSZ#6 PR NO: DIRECT LABOR CLASS ANALYSIS PUBLICATIONS DESIGN AND DRAFTING ELECTRICAL ASSEMBLY SPARES DATA PREPARATION PACKAGING AND SHIPPING FIELD ENGINEERING (1) TOTAL DIRECT LABOR JvtKHEAD: % OF DIRECT LABOR CLASS (A) % OF DIRECT LABOR CLASS (B) (2) TOTAL OVERHEAD RAW MATERIAL AND PURCHASED PARTS SUBCONTRACTING TRAVEL AND SUBSISTENCE OVERTIME PREMIUM PACKAGING AND SHIPPING OTHER DIRECT CHARGES (3) DIRECT CHARGES (OTHER THAN LABOR) (4) TOTAL OF (1) AND (2) AND (3) (6) ESTIMATED COST, (4) + (5) (7) PLANNED PROFIT OR FEE 8.5% OF ESTIMATED COST, (6) GRAND TOTAL, (6) + (7) FILE: 1940 J(D) DATE: 23.? September 1964 $ 174 $ ,77 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 ANALYSIS FILE: 1940 J(D) DATE: 23 September 1964 ITEM NO : 7 PR NO CONTRACT; DESCRIPTION OF ITEM: REVISION OF WSI #7 DIRECT LABOR CLASS TOTAL HOURS COSTS TOTAL LABOR LABOR CLASS A LABOR CLASS B ADMINISTRATIVE (DIRECT) 48o 922 ENGINEERING 160 1,131 1 3131 TECHNICIANS `V PUBLICATIQNS 240 770 770 DESIGN AND DRAFTING 320 1046 1 0 SHOP ELECTRICAL ASSEMBLY INSPECTION SPARES DATA PREPARATION PACKAGING AND SHIPPING FIELD ENGINEERING 1,440 2,9431 4$6 ;?94 (I) TOTAL DIRECT LABOR 3,869 2p431 1 $4,86-91 11,163 OVERHEAD: % OF DIRECT LABOR CLASS (A) $ 2,571 $2.5% OF DIRECT LABOR CLASS (B) $ 2+ 006 50 % of Field Engineering 2,432 (2) TOTAL OVERHEAD 7,009 RAW MATERIAL AND PURCHASED PARTS SUBCONTRACTING TRAVEL AND SUBSISTENCE 2,0605 OVERTIME PREMIUM PACKAGING AND SHIPPING OTHER DIRECT CHARGES 3P500 (3) DIRECT CHARGES (OTHER THAN LABOR) $ 6,105 _-~.- (4) TOTAL OF (1) AND (2) AND (3) $ 2 277 (5) GENERAL AND ADMINISTRATIVE EXPENSE, % OF (4) $ (6) ESTIMATED COST, (4) + (5) (7) PLANNED PROFIT OR FEE 8.5 % OF ESTIMATED COST, (6) 2,189 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 ANALYSIS FILE; 1940 J(D) DATE: 23 September 1962 ITEM NO: 8 PR NO: CONTRACT; DESCRIPTION OF ITEM: .REVISION TO WSI #8 DIRECT LABOR CLASS TOTAL HOURS COSTS TOTAL LABOR LABOR CLASS A X"=DC ADMINISTRATIVE (DIRECT) ` Field Eng. ENGINEERING 88o 5.013 5 013 TECHNICIANS 700 2,316 . 20316 PUBLICAT IONS DESIGN AND DRAFTING SHOP ELECTRICAL ASSEMBLY - INSPECTION SPARES DATA PREPARATION PACKAGING AND SHIPPING FIELD ENGINEERING 1,,5$0 11,395 11,395 (I) TOTAL DIRECT LABOR 329 11,395 18.724 OVERHEAD: % OF DIRECT LABOR CLASS (A) $ 1 71 OF DIRECT LAB % CLASS (B) 50.0% of Field Eng. Labor 5,698 (2) TOTAL OVERHEAD 7,369, RAW MATERIAL AND PURCHASED PARTS 134.326 SUBCONTRACTING TRAVEL AND SUBSISTENCE 11; 0 OVERTIME PREMIUM 164 PACKAGING AND SHIPPING OTHER DIRECT CHARGES 6.,ooo (3) DIRECT CHARGES (OTHER THAN LABOR) $ 148,040 (4) TOTAL OF (I) AND (2) AND (3) $ (5) GENERAL AND ADMINISTRATIVE EXPENSE, % OF (4) $ 4.607 (6) ESTIMATED COST, (4) + (5) $ (7) PLANNED PROFIT OR FEE 8.5 % OF ESTIMATED COST, (6) $ 1-5, 239 GRAND TOTAL, (6) + (7) $ 193,979__ Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 ANALYSIS FILE: DATE: 1940 J(D) 23 September 1964 ITEM NO: 10 PR NO: CONTRACT: DESCRIPTION OF ITEM' REVISION OF WSI #10 DIRECT LABOR CLASS TOTAL HOURS COSTS LABOR CLASS A LABOR CLASS B TOTAL LABOR ADMINISTRATIVE (DIRECT) ENGINEERING TECHNICIANS PUBLICATIONS DESIGN AND DRAFTING SHOP ELECTRICAL ASSEMBLY INSPECTION SPARES DATA PREPARATION PACKAGING AND SHIPPING FIELD ENGINEERING (I) TOTAL DIRECT LABOR OVERHEAD, % OF DIRECT LABOR CLASS (A) % OF DIRECT LABOR CLASS (8) $ (2) TOTAL OVERHEAD RAW MATERIAL AND. PURCHASED PARTS SUBCONTRACTING TRAVEL AND SUBSISTENCE OVERTIME PREMIUM PACKAGING AND SHIPPING OTHER DIRECT CHARGES (3) DIRECT CHARGES (OTHER THAN LABOR) $ (4) TOTAL OF (I) AND (2) AND (3) $ (5) GENERAL AND ADMINISTRATIVE EXPENSE, % OF (4) $ (6) ESTIMATED COST, (4) + (5) (7) PLANNED PROFIT OR FEE 8.5 % OF ESTIMATED COST, (6) $ 71 GRAND TOTAL, (6) + (7) $ (904) Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 COST ANALYSIS for follow-on ELECTRC14AGNETIC RECONNAISSANCE SYSTEMS 190 J (C) 24 July 1961 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Reference: Letter Contract AF33(657)-12846 The cOntvnts hereof arm suhriitted in response to SPO Request for Proposal dated 20 'March 1961L, signed this contractor a , proposal is offered firm, for Goverr,%enb accept ice through he . od ending 30 September 1964. 2 July 1965 Treasurer STAT STAT STAT Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 . Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 EXHIBIT 0B'; .E: CI -10 CG'!SIDER TIMS ATTENDANT TO ._...LrV iu-:.L )ORK S`wa T ~`a us IT x HIBIT "CBt - CCS`_? .L ,v .sh T1 JgY ENC;; L DII`NG: ...; f ` ; ?? 1 It `>: ~ o Analysts Cost (3) S-- "_:=:+.uie of E M s aI Ycar En?t-)cnaita- s T( of F (5) T j oi, Subcontrac oy (s) Listin, (6) Cor xcate of Current Pricing Data EXHIBIT I Ell - '.EXHIBIT "Fl; - SPECIAL PRODUCTION TOOLING & TEST EQUIPMENT EXHIBIT UGTI ... COVED-:. TT PROPERTY Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 GENERAL CONSIDERATIONS A - Factors Attendant To The Submittal Of A Cost Type Proposal The Cost Analysis (Proposal) submitted herewith contemplates the definitization of a Cost ,Type Contract. This contractor offers for Contracting Agency evaluation the following factors which make it essential that a Cost Type Contract be considereds 1. Manufacturing costs cannot be estimated in the degree which would permit this contractorTs entry on a reason- ably confident basis, into a Fixed Price Type of procure- ment - to date this contractor's test and check-out effort on the 1st EMft System (R & D equipment) has been primarily in the component and sub-assembly area. It is to be recognized that the more significant testing, insofar as equipment configuration is concerned, is in the sub-system and system areas. Until such time as system testing has been comple~ed within this contractor's facility, the FMR System Configuration, and attendant costs must remain unknown to some extent. 2. Environmental Tests which will be conducted on the 2nd EMR Syste61'(R & D equipment) could effect configuration changes in the follow-on systems - significant environmental testing encompassing Vibration, Temperature, Altitude and possibly Shock, could result in configuration changes and attendant cost expenditures on the follow-on program. Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 3. Configuration changes resulting from mockup and Integration Testing at ADP are unknown and any bearing these changes will have on the follow-on equipment are purely conjectural at this time - any attempt this contractor might make to estimate costs resulting from Phases I & II of the test program could not be considered compatible with Fixed Price Type contracting from either the Government's or contractor's standpoint. !i. Overall sub-contractor efforts have not reached a point where Fixed Price Procurements can be,definitized - e.g. AMPEX Corp*,, supplier of the Wide Band Recorder equipments (Airborne and Ground) which forms an integral part of the ENR system, will not at present enter into contract for follow-on units on other than a cost basis, and no firm quotation of any kind has been obtained from AMPEX.for follow-on Wide Band Recorders at the time of this proposal submission. 5. AGE - The operational AGE equipment that will be delivered under this program is necessarily more complex than the Interim AGE and represents significant contractor development. B - This contractor's Cost Proposal and attendant scheduling as reflected under section "D' hereof, has been compiled on the basis that total cumulative expenditures under Contracts AF33(657)-12278,-a28L3, and .?-12846 will not exceed $51,000,000. through the period ending 30 June 1965 (end of Fl 65 period). The aforementioned limitation is acknowledged with the understanding that deliveries of prime equipment will be accomplished expediently, wherever possible in accordance Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 with the specific peg 4odic requirements set forth in the follow-on EM and CPC Request For Proposal(s), with limited extensions to the RFP dates being tolerated in difficult circumstances. NOTE: The above 451,ooo,ooo. is to be recognized strictly as an expenditure limitation a4d is exclusive of $8,55o.ooo. in commitments which this contractor will be obligated for as of 30 June 1965 and for which coverage will be required. C - This co-,tractor offers the following comment re. the terms and conditions for Cost Type contracts set forth under the RFP: (a) "Authorization and Consent" - it is requested that ASPR 9-102,2 be substituted for 9-102,1 (7-203.23). (h) "Patent inderr ityn (7-204,5) - ccntractor'a proposal is contingent upon deletion of this clause in its entirety. (c) All other clauses for Cost Reimbursement Type Supply Contracts are acceptable in all respects. D - This contractor's quotation has been compiled on the basis that equipment delivered shall be accomplished FOB destination, said destination presumed to be the furthest possible continental U. S. A, site served by commercial air carrier. Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Item #1 Description: Six (6) each sets of EMR Considerations: / Lo S('S- f d,t.t~d 7 o T"QG/ 1. Follow-on equipments shall be m ufactured in accordance with EMR System Performance Specification, }l~`--Si amextdej~, said amendment submitted to be Rev. D which-ts--`U reftec - the- general configuration and capability of the 1st EMR a want as d,a1i red from this _.c..ontractoi rs fac lity under Contract AF33(657)-12278. It is intended that the updated document shall be submitted for SPO review and approval within two (2) weeks after delivery of the let EMR System from this contractor's facility. It is further intended that Product Improvement Items and/or Special Study Proposals will be submitted (on anECP basis) subsequent to contract definitization? said ECP(s) to represent the recommendations of this contractor as related to the performance and capability of the EMR units specifically as well as General State of the Art Technology. 2. The following is submitted re. the responsibility for incorporating changes (fixes) emanating from EMIR ~a_= ) System #1 and #2 (",v (Contract AF33(657)-12278) into System #3 through #8 (Contract AF33(657)-128146): (a) This contractor recognizes the responsibility for incorporating into EMR Equipments #3 through #8 all changes to Equipments #1 and 2#.said changes including but not limited to those resulting from in plant Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 . Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 environmental testing and Phases I and II at ADP where same will have been effected up to and 3o' 7a..., 17GS7 including the period ending 3- }ecsm a (*) , C }r' -~ ' 96 5 3/ V. r (b) Alln effected subsequent to (*) ` N -41 said fixes including but not limited 1o those resulting from Cat. I testing will be incorporated into EMR kt Systems #3 through #8 in accordance with the Engineer- ing Change Proposal (ECP) procedure cited under Item #5 of the EMR Subsystem Statement of Work, i1 S Y 7 # Date established as design freeze,,,__ ;3.'The following is submitted re. the period of equipment acceptance as opposed to the period of ADP Air Vehicle Integration Assistance (Item 9). It is proposed that equipment acceptance for six (6) full-on gyotem be c uted within tw (2) months fellowin delivery of each EMR s stem fro thi ' y m s contractor s facility. It is this contractor's judgement that the aforementioned period is of sufficient duration to conduct an appropriate acceptance, including necessary flight testing, and as such this contractors proposal is compiled on the two (2) month basis. Services over and above the two (2) month period for each of six (6) EMR systems are to be rendered as part of Item 9, Air Vehicle Integration Assistance. 4* This contractor's proposal does not provide for conduct- u, ,.,g any environmental testing under, Contract AF33(657)-12846. 5. This contractor submits the following summary of special studies and/or development that are presently being carried out under Contract AF33(657) 128li6, 4"".4 r1 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 (a) Overall weight reduction of approximately,, 'lbs. encompassing specifically the structure(s), antennas, common equipment, receivers and SCL. Note: Additional weight reduction measures are contemplated by this contractor and will be submitted for Contracting Agency evaluation and direction at a future date, said submittal to be presumably on an ECP basis. (b) Capability of PRI Match on Alarm (c) Simplified Logic in CC MINT Subsystem (d) Maintainability improvements encompassing the SCL9 Wide and Narrow Band Recorders and various E and C Subsystem Assemblies. Note: The results of this contractor's efforts in the foregoing areas delineating specific features that will be incorporated in the follow-on EMR Systems (Ser. 3 through 8) will be compiled under the "Improved Maintenance CapabilityEr, Special Study Report delivered in fulfillment of EMR Work Statement, Item 12(1) under Contract AF33(657)-12278 (DT & E phase). Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Item #2 Description: Spare Parts for Item 1 (Ek1R equipments) 6 Considerations: 1. Basically this contractor's proposal presents work Statement Item 2 in two (2) parts, specifically: (a) The cost for preparing provisioning documentation which shall be defined as the procedures, terms and conditions governing quantitative determinations of the spares to support Item 1 of Contract, said costs having been included firm as proposed here- under, and cl,r (b) The budgetary cost for acquisition of items recommended and approved pursuant to (a) above, said cost having been included as proposed item 2(b).under a category defined as "Recommended Reserve For Undefined Areas". 2. With relation to 1(a) above, documentation shall be compiled in accordance with the instructions set forth under Exhibit "E" of the RFP taking exception to areas wherein specific definition in the nature of redirection and/or clarification was given this contractor during the 8-9 June Provisioning Guidance Meeting. 3. Further in connection with 1(a) it is recognized that this contractorts obligation for updating the Spares Provisioning List shall be fulfilled at such time as the final R4R System (Serial #8) has been accepted by the Government;, Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 4. With relation to 1(b) above the recommended budgetary reserve is intended to support E(R systems for a period of one (1) year - depletion allowances beyond this point have not been considered hereunder. Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Item #3 Descriptions Three (3) each Operational Aerospace Ground Equipments (AGE) Considerations: 1. Per telecom of 11 June between SPO and contractor personnel this item shall be limited specifically to three (3) sets of OPS AGE equipments. All additional AGE type equipment which might normally be categorized under the description of AGE will nonetheless be proposed under Item 8B as part of the Field Shop equipment. NOTE: Consequent to the above, Exhibit "D" of the RFP shall not apply except as related to the compila- tion of then"AGE Requirements List". 2. The requirement for "AGE Requirements List(s)" Will be (y `i fulfilled under Item 3 for all AGE type equipment (Items 3 & 8B). 3. This contractor's performance is presently recognized to be in accordance with the "Specification For Aerospace Ground Equipment,, 1940 AGE in Rev. A dated 2 July 19614. It in contemplated that a revision (addendum) to the aforementioned document will be processed in the immediate future (prior to contract definitization), said revision to be strictly in the nature of clarification and will incorporate current updated engineering information. 4. This contractor understands that the three (3) OPS AGE equipments will be.deployed an follows: Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 1 System remains at the contractor's facility for EMR systems check-out 1 System to be located at the CPO 1 System to be deployed with the MPG Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Item #)4. Description: Spare Parts for Item 3 (OPS AGE) and Item 8B (Field Shop AGE) Considerations: 1. This contractor's proposal presents Work Statement Item 4 in two (2) parts, specifically: (a) The cost for preparing provisioning 4ocumentation, said cost having been included firm as proposed however, and (b) The budgetary cost for acquisition of items recommended and approved pursuant to (a) above, said cost having been included as proposed item t(b.) under a category defined as "Recommended Reserve for Undefined Areas". 2s With relation to 1(a) above, documentation shall be compiled in accordance with the instructions set forth under Exhibit "Ell' of the RFP taking exception to areas wherein specific definition in the nature of redirection and/or clarification was given this contractor during the 8-9 dune Provisioning Guidance Meeting. 3. Furth~cr in connection with 1(a) it is recognized that this contractor's obligation for updating the Spares Provisioning List shall be fulfilled at such time as the final OPS AGE Unit has been accepted by the Government and the Field Shop will have been activated. 2, With relation to 1(b) above, the Recommended Budgetary Reserve is intended to support the OPS AGE and Field Shop equipment for a period Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 ~of one (1) year - depletion allowances beyond this point have not been considered hereunder. 5. Neither provisioning documentation or spare parts will be provided by this contractor for the SDS 910 and 920 Computers (Digital Printout Device equipments) - reference; Item 10' Para. 2 hereunder. Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Item #5 Description: Preliminary (preparatory documentation) Effort Associated with ANA Bulletin 445, Special Studies and ECP(s) I. Basically this contractorts proposal present Work Statement Item 5 in two (2) parts, specifically: (a) Cost attendant to the preliminary investigation associated with either an Engineering Study or Engineering Chan; Proposal, This preliminary investigation-gill resolve definition of the approach that is to be taken and related cost. It will in effect constitute the equivalent of of a Technical Proposal sufficient to allow complete Contracting Agency evaluation and subsequent entry into negotiation in the event it is resolved that same should be incorporated as an obligation under contract, These preliminary investigation costs only have been included under Ito-i 5(a), and (b) Budgetary cost for the accomplishment of Engineering Changes or Special Studies resulting from (a) above, said budgetary cost having been included as proposed Item 5(b) under a category defined as "Recommended Le serve For Undefined Areast". Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 2. Configuration controlii accordance with AN& Bulletin l45 will be complied with by this Contractor;\. The cost for accomplishing same has not been compiled under this item bbut rather included in the respective equipment items. Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Item #6 Description: Engineering Data-Handbooks, Drawings & Mo. Progress Reports Considerations: 1. Handbooks (a) The following handbooks will be delivered: 1. Supplement to Vehicle Flight, - Handbook 2. Pre Flight Operation & Maintenance Handbook 3. Field Shop/Depot Operation & Maintenance Handbook 4. AGE Handbook ,. Digital Printout Device Handbook 6. i/o Simulator Handbook (b) Good oonmeroial practice (all handbooks). (c) Handbook material from prototype programs will be used to the fullest extent. (d) All handbooks will be delivered in two (2) separate submissions: (1) Preliminary FMR/AGE operational handbooks will be delivered prior to Cat. III testing. (2) Final EMR/AGE operational handbooks will be delivered 90 days after completion of Cat. III testing. Note: Final operational handbooks will be an updating and completion of the preliminary operational handbooks. No continuous up- Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 dating of operational handbooks during Cat. III testing will be provided. (e) No exploded view illustrations, IPB's,, or Federal Stock Catalog references will be provided, 2. Drawingat The proposal submitted hereunder reflects the delivery of one (1) ea, sets of reproducible and reproduction type copies. _ 3. Progress Reportst The proposal submitted hereunder reflects the submission of Monthly Fiscal and Technical Progress Reports only. Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Item #7 Descriptions Training ?. Materials and Services Considerations: 1. Courses to be provided: (a) Preflight Maintenance Course (b) Field Shop Maintenance Course .(o) AGE Maintenance Course 2. Cat. II training material and instructors: will be utilized to the maximum extent. In the interest of minimizing on preparation costs this contractor proposes to conduct OPS training utilizing Cat. II instructions, It is to be noted that changes in overall program plaming which necessitate changes to the aforementioned procedure could result in additional program costa 3. Schedule completion of the first set of courses will approxi-. mately coincide with the start of the operational progra * Wherever possible, completion. of subsequent sets of courses will coincide with delivery of additional systems to the field. fit. All training will be taught on site at the equipment location,, except for the first AGE Maintenance course which will be taught at this contractorts facility, . This contractor's proposal provides for all training materials and training aid such as viewgraphsy slides and film stripe; but does not include costs for an actual system for training purposes. . Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 6. Use of an actual system for training purposes is assumed. No provisions have been made for this contractor to provide such a system, nor have any provisions been made for this contractor to refurbish an actual system for training purposes. 7. Classrooms and facilities (blackboards, projeotors,.etc.) at the training site are assumed. No costs are included in these estimates for such items. 8. Minimum class sizes of 8-10 students is assumed for all courses requiring equipment time. 9. Student prerequisites remain to be determined. However,, student levels are assumed to be in accordance with job descriptions as indicated in and OR Training Plan (1912-R?75) dated 1 April 1964 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 . Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72BOO464ROO0400080002-2 Iteria #8 Descriptions Special Tooling, Facilities & Equipment - Field. Shop and Contractor's Facility (for manufacturing & Depot requirements) Considerations: (a) Total maintenance capability is broken down into 16 test stations, each station having a specific repair responsi- bility and all the necessary special and commercial test 2. With reference to the Operational Program Field Shops dated 23 June 1964. O~Lz? 1. The specific definition of Item 8, constituting a revision to that set forth in the RF?, shall be as agreed during the 8-9 June Provisioning Guidance meeting and subsequently confirmed Iby SPO letter equipment to perform those repairs. (b) For the most part specific repair capabilities will be down to the module level. (c) No test equipment calibration and repair capability is included since it is assumed an Instrument Room Facility will be available. (d) Except for AGE, DPI, and I/O Simulator each of which will have Operation and Maintenance handbooks, no handbook material. will, be available for the special test equipment, (a) Special test equipment drawings will be limited to good commercial practice.type schematics only. Some of the Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72BOO464ROO0400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 larger pieces of special test equipment will also have those wiring diagrams and major assembly drawings which were necessary for equipment manufacture. (f) All special test equipment will be manufactured to good commercial practice only. t-V 4t (g) No computer repair,., capability has been included in this contractorts estimates. 3. With reference to the Depot level repair and overhm,tl facility which is to be located at this contractorts plant, same will be equipped to the fullest extent necessary to support the EMR equipment. That is to say it will be capable of repair and overhaul from the system to modular level (field shop capability) as well as the piece part level wherein special skill and/or equipment will be required. Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Item #9 Description: Air Vehicle Integration Assistance Considerations: 1. Air Vehicle Integration Assistance,, herein proposed on a budgetary cost basis will encompass the following areas: (a) Time required in the contractual sell-off and acceptance of this contractorts EM ecuipment(s) wherein said checkout shall exceed the two (2) month period which this contractor has proposed under item #1, and (b) Time spent in providing assistance to ADP in other support areas, primarily the installation, ground check and flight test of each vehicle required to be capable of carrying an# EMR system. 2. The budgetary proposal for this item encompasses manpower only and reflects the basic assumption that this contractor will, whenever possible, be permitted the utilization of field shop equipment at the night Test and OPS Sites during the integration phase - no additional test equipment will be provided under item #9. `3 o 0 (< Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Item #10 Description: Procurement of Rental Computer Utilized in 1st Digital Printout Device (DPOD) 1. Above item entered into Work Statement pursuant to 9 April 1964 telecon between SPO and contractor personnel. 2. The two (2) Scientific Data Systems Computers (910 & 920) utilized in the Digital Printout Devices (DPODIs) are being acquired on a ftbuyt" basis with provision being made for SDS personnel to provide maintenance services through the period(s) ending 30 June 1965 for one computer and 30 June 1966 for the other. It is to be noted that under the service agreement., spare parts will be supplied by SDS and not provided by this contractor as an obliga-ta.on 'rider Contract A'33(67)-126, it is presumed that a similar type service contract will be carried forward by the Government with SDS subsequent to the above dates. Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 (a) Presently Defined Items Item # Quantity Description Cost 1 6 RiR Equipments $23,085,612. 2(a) Lot Spare Parts Provisioning for Item 1 283,657. 3 3 Operational AGE Equipments 5,359,421. 4(a) ? Lot Spare Parts Provisioning for Item 3 & 8B 269,1411.6. 5(a) Lot Config. Control Preparatory Document. 372,907. 6 Lot Engineering Data 499v282. 7 Lot Training 168,621. Lot Spec. Tooling, Facilities & Equips 2,629,010, 1 Computer for Digital Printout Device 197,933. Total Est. Cost Including Fixed Fee $32,865,889. (b) Recommended Reserve for Undefined Areas - Budgetary Proposed Item # Quantity Description Cost 2(b) Lot Spare Parts for Item 1 (EMR Equip.) $ 8,100,000. 4(b) Lot Spare Parts for Item , 3 (AGE Equip.) 600,000. 5(b) Lot Prosecution of ANA 445-Cl,II digs., 500,000. Spec. Studies & Eng. Chg. Prop. (ECP's) 100 Man Mos. Air Vehicle Integration Assistance Total Est, Cost Including Fixed Fee - Budgetary Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 300,000. $ 9,500.000. Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 ANALYSIS FILE: 191+CJ (C) DATE? 20 July 1-~1T ITEM NO : Summary LAIR/AGE PR NO, CONTRACT: 19140 J (c DESCRIPTION OF ITEM COSTS Labor , Cly ,S ; - LABOR DIRECT LABOR CLASS TOTAL HOURS LABOR CLASS AI LABOR CLASS B , C: RATIVE I D 322 890 332 726 1-64 84 l 1 1 181 T) (D IREC , , ENGINEERING 511.14() 3,133,510 13L53 i 6 TECHNICIANS 201..695 6 2 1+1 4 768 9.5_.. PUBLICATIONS P-4,215 w,42 90,427._ DESIGN AND DRAFTING 103 314 378 378,955 SHOP 238,938 291952 732,5112 t 2 aL- ELECTRICAL ASSEMBLY 3 0 0 , 5 a 5 878.6q2 INSPECTION 137, 008 )429 162 429, 162 SPARES DATA PREPARATION 13,)415 49,297 ) 2 PACKAGING AND SHIPPING 748 2,281 2,28j.... FIELD ENGINEERING 11,520 46,571 46 ( I ) TOTAL DIRECT LABOR 5, 10LF, 72)4 2, 593,423 $46 1 7 ,744,718._ OVERHEAD: 105% OF DIRECT LABOR CLASS (A) $ 5 , ' 9. 2- 573 139 2 , , 82.5? /o OF DIRECT LABOR CLASS (B) 50/ of Direct Labor Class (C) $ 23,285 ` 817 22 x, $ , 5 (2) TOTAL OVERHEAD 5, -3092 lb RAW MATERIAL AND PURCHASED PARTS - 6;1 i, 5b5 1 SUBCONTRACTING 4-~Tg TRAVEL AND SUBSISTENCE 331, V3 OVERTIME PREMIUM PACKAGING AND SHIPPING 713 OTHER DIRECT CHARGES J 12 ,395,610 (3) DIRECT CHARGES (OTHER THAN LABOR) --- )E( (4) TOTAL OF (I) AND (2) AND 27 (3) ,66 ,11 5 I (5) GENERAL AND ADMINISTRATIVE EXPENSE, 9.5 % OF (4) $ 2, 27.1_ - =- (6) ESTt -i:ATED COST, (41 2 91, 30~1Lr3j (7) PLANNED PROFIT OR FE` 8.5 OF di aTED COST, (6) $ 2 574,74-6 $ 32 ,865.8q2__ GRAND TOTAL, (6) + (7) Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 FILE DATE- 1940) (C) 20 July 1964 ITEM NO- 1 PR NO: 1940 J(C) CONTRACT: / DESCRIPTION OF ITEM 6 r-? 1~iX (~) r!~i~ ~tS . DIRECT LABOR CLASS TOTAL HOURS COSTS :_~ BOR CLASS A LABOR CLASS B r ClaSy LABOR C; ADMIINISTRATIVE (DIRECT) 2k7, 83 582, 666 358,161 t1 940, 82 ENGINEERING 351, 86 2,182, 827J 8 713 2 191 54l , , , TECHNICIANS 133,72 493,796 27,938 521 734 PUBLICATIONS Yy DESIGN AND DRAFTING 56, 6 64208, 976 )76 SHOP 160,81 21,184 490,859 512 043 ELECTRICAL ASSEMBLY 233, 9 662 681,390 682 052 INSPECTION 113, 244 353,934 F ,~3? SPARES DATA PREPARATION PACKAGING AND SHIPPING 3-1E c)66 FIELD ENGINEERING 11,52 46y 571_ LI~rS 1 (I) TOTAL DIRECT LABOR 490 a 111 1 921,961 $111 , 57 5 ]. 61I OVERHEAD: 105% OF DIRECT LABOR CLASS (A) $ , 7 _0t_,oJ6 82.5 % OF DIRECT LABOR CLASS (B) 1, 585,618 50.0% of Direct Labor Class (C) $ 23,285 (2) TOTAL OVERHEAD 5, 273,5?9 RAW MATERIAL AND PURCHASED PARTS , Ord , l v SUBCONTRACTING . 9 TRAVEL AND SUBSISTENCE OVERTIME PREMIUM 2 2=,c3,86o PACKAGING AND SHIPPING =J _ OTHER DIRECT CHARGES __ ~- (3) DIRECT CHARGES (0?;'. _ THA ~,'.DOR) 8' 6981945 (4) TOTAL OF (I) AND (2) AND (3) 5),431,107 _ (5) GENERAL AND ADMINISTRATIVE EXPENSE, 9.5 OF (4) $ 1,845,955 ( $ TRAVEL AND SUBSISTENCE , OVERTIME PREMIUM 3,852 PACKAGING AND SHIPPING OTHER DIRECT CHARGES 111,102 (3) DIRECT CHARGES (OTHER THAN LABOR) (4) TOTAL OF (I) AND (2) AND (3) $ (53 (5) GENERAL AND ADMINISTRATIVE EXPENSE, OF (4) ? $ 228 (6) ESTIMATED COST, (4) + (5) 6i,35 - 22 22 (7) PLANNED PROFIT OR FEE 8. % OF ESTIMATED COST, (6) $ R T (6) + (7) $ c Ci j, j5 7 G AND TO AL, Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 FILE: DATE: 1940 J (C) July 20, 1964 ITEM NO; 3 PR NO: 1940 J(C) CONTRACT: DESCRIPTION OF ITEM: Three (3) 011--S AGE DIRECT LABOR CLASS 'TOTAL HOURS COSTS TOTAL LABOR LABOR CLASS AILAB OR CLASS B (DIRECT) RATIVE 50,526 1 80, 91', 88,575 169,487 ENGINEERING 96,373 585,59-'-11 1.3476 587, 069 TECHNICIANS 42,1 4 147, 84 1. 2, 967 150,808 PUBLICATIONS DESIGN AND DRAFTING 30,381 113,31x' 113,317 SHOP 54,1211 1,12 . 168,352 169,473 ELECTRICAL ASSEMBLY 54,382 it 156,497 156 609 INSPECTION 18, 675 9o 5 SPARES DATA PREPARATION PACKAGING AND SHIPPING 2(8) 868 FIELD ENGINEERIN G (I) TOTAL DIRECT LABOR 9P8,896 477,67-5 1,4o6,571 OVERHEAD: 105 % OF DIRECT LABOR CLASS (A) c 17l) 3 41 X72.5 % OF DIRECT LABOR CLASS (B) 394, o82 1,369,423 (2) TOTAL OVERHEAD -i_ RAW MATERIAL AND PURCHASED PARTS SUBCONTRACTING 64-7,299 TRAVEL AND SUBSISTENCE 25,790 OVERTIME PREMIUM 3 _12 PACKAGING AND SHIPPING OTHER DIRECT CHARGES 121799 (3) DIRECT CHARGES (OTHER THAN LABOR) x(;,019 (4) TOTAL OF (I) AND (2) AND (3) ., ,, o (5) GENERAL AND AD.>?d. Six hundred and (AIx ;,' 216160 Six hundred and t;-enty-five (625) Flip Flop 50QKC (AIL #216252) One hunv.r e d and (1116') i? u.iti Layer Boars Seven hundred and seventy- thre (773) One Shot gaiU. (AIL r 216516) One thousand nine h;undred. and fog:. ' five (1,9L5) OR/NOR Gates (AIL ;;'216290 I) Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Value 1J45166o 659102. FP 44,4 410. F 616~L,l0. F1 Severn ti-ond &_,'_.-3 Elements (AIL #21;5252. 2 One thous-_.2d and Elements (ALL #215253m2) Nine hunth'od, and ta. nty-t. o (922) Elements (AIL 7,1215255-2) Three (3) Digital Computers for OPS AGE 21 OOO? T & i,i Temperature Tes~??_'.x O ci1L~~~.a:, 261-,,9OOO. PP Three (3) Try..-2fcr 196,600` FP one (1) SDS 920 Comrj=atF:;: Maintenance Contract 11!'x,000. FP 619593E FP 500,0001 CPY2 1669600. FP One (1) Frequency S rnthes Ozer Test Se One (1) N/B Recorder : roducc>:? Two (2) tiW/B RocosrierfReprod~_ce: One (1) SDS 920 Computer General C feria (a) Trion-Ccr petitive Fixed Price Pro ?ur . vnts of $504030. (b) Competitive Fixed Price Procu'. ?e in ex , :s of LOO,OOO. (c) Cost `TTy?pe Prccu_remer is in excess of 4;109000,, (d) Fa.+: il{ cic6 ` v,p pr o~ ? r c>~ ,. (e) Time & Material Prccua'ams its in exxcess of 1,Co0. Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 This is to certify, to the best of my knowledge and belief, that in the preparation of the proposal for basing produced under the terms of (contract,>an1..uner,.~.;t,, C1 IF'iCA OF CU aT PRICING DATA No. ,__= P p'(6 7)-128h6 pricing day to available (I) all actual or estimated costs or r,lv have been con- ;iderod in preparing the price estimate, a.,d made know to the Contracting Officer or his representative for use in evaluating the estimate, and (II) any significant changes in the above data which have occurred since the aforementioned date through the Date) P.ont~ (Xe,ar also have been made known in the price negotiations to the Government negotiator. STAT t a-2 July 1961.. Note that 18 U.S.C. 1001 prescribes criminal penalties for making false representations to the Government. ASPR 3-807.7 ASC Ltr 11 Mar 1960 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 STAT Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 1I, Sanitized Copy Approved for Release 2010/05/03 :CIA-RDP72B00464R000400080002-2 16 14 J 15 ~ 16 A I7 5 18 a 19'3 200 21' 22'`23 1` 24A 25 126 J 271 28' 29 3 30 c 31 w 324) 2 -6 33' 34 r35"136 f3c ; t cant i T . Fi@I S~ ~4T Ac1 ;eved Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 In the performance of Contract AF33(657)-12846 this contractor will require the use of the following facilities furnished under Contract AF33(657)-12278 (DT & E phase): 1. Anechoic Chamber and associates test equipment 2. Antenna Range Test Facility Note: This contractor is proposal is premised upon utilization of the a dove facilities on a 'tno char e basis"', in the event such use were to be denied, the proposal submitted" herewith would be increased by approximately $85,000. for pen ' and 1,200, for item 2 insofar as the respective facilities only are concerned. It is to be recos.aized significant additional cost and schedule extensio_as would also be incurred in the event the use of these facilities were to be denied. In addition to the above, this contractor will have a very ominal "'new" facilities requirement for the follow-on systems effort, Contract AF33 (657) -12846. Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 SPECI&L PRODUCTION TOOLING & TEST EQUIPMENT S ?wcial_Prodnetiap. ~Toolin5: 1. In the perfci-nance of Contract AF33(657)-128L6, this contractor will require the use of all special production tooling fabricated and/or developed under Contract AF33(657)-12278 (DT & E phase). 2. Additional special tooling requirements for the ollow-can effort, Contract AF33(657)-12843, have been included under Item 8A hereunder. Ers~~i ment: 1. Consistent with the direction set forth under Itam 8B - the field shop equipment provided for Cat. I and Cat. II testing will be the foundation on which the operating location repair capability will be built - it will presumably be necessary at some future date (conclusion of Cat. II) to transfer for accountability purposes, all special test equipment developed and fabricated under Contract AF33 (657)-1227$ (DT & E phase) to Contract AF33(657)-128l6. 2. The Depot level repair capability za'nich is to be established at this contractor's facility f er maintenance of the ^ sys terns only,, will .STAT supported by a set of special test equipment which is essentially identical to that developed under the IYf & E phase, said identical set of STE having been included under Item 83 hereunder. It is to be noted that neither a duplicate set, nor any absttantial amount of test equipment,, is being provided at this contractor's facility for the OPS AGE unit The aforementioned policy is deemed a:,r~ro riate for two (2) reasons, specifically (i) the nominal -mount of Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 of in-Plant maintenance which is anticipated does not warrant expending significant amounts for special test equipment, and (ii) it is believed that the greatest portion of repair activity which cannot be handled on a field shop level will more than likely not be repaired within this contractor's facility but rather returned to the equipment source for restoration, Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 GC71EF'.IVM NT PROPERTY A - It is requested that the following items of Government Property, provided this contractor on a loan basis under Contract r?F33(657)-12278 (DT & E phase), be transferred for use under Contract AF33(657)-12811.6. ~i Control Noe Description In 3089 Air Conditioner, Trailer Mounted Type MA.3M, 138,000 BTU 3401 Square Wave Gen. HP 211k IR 3402 Square Wave Gen. HP 2111 IR 3103 Oscillator, HP 2000D iR 3404 Oscillator, HP 200CD IR 31405 Oscilloscope Cart 6625-608-3538 IR 31.06 Oscilloscope Cart 6625-608.3538 IR 31?07 Oscilloscope Cart 6625-608.3538 In 3408 Oscilloscope Cale 6625-608-3538 I1 3409 Oscilloscope Cart 6625-608--3538 IR 34.10 Oscilloscope Cart 6625--608--338 IR 3411 Oscilloscope Cart 6625-608-3538 in 31412 Oscilloscope, Tektronix 545A 1 3413 Preamplifier, Hickock Type H 1R 314111. Preamplifier, Tektronix Type L 1R 314l Preamplifier, Hickock Type L 31.16 Preamplifier, Tektronix Type H 3417 Function Generator, Tensor 5533 3118 Scope Camera, Dumont Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 .,:.17 Control No, 11 3419 300 3423 3424 ii 3:33 W 3434 M 3435 _.~ 3437 is 3438 M 309 in 34,0 L. 31.1.1 1R 342 ooe Calm-AM, Dumont x altimeter, Triplett 630.x. u tsmeter; Triplett 630A is l .,.meter , Triplett 630b,7 iultimetew , Simpson 268 Tape Degauss er, kerovox Function Generator, Tensor 5533 C- i.?loscope, Hickock 1805k Oscilloscope, Tektronix 515P Scope Preamplifier, Hickock 1832 Scope Prra:plifier, Hickock 1832 Scope Preamplifler, Tektronix Type CA Scope Preamplifier, Tektronix Type CAA, Scope Preamplifier, Tektronix Type CA -Scope Preamplifier, Tektronix Type CA Scope Preamplifier, Tektronix Type Q1 Scope Preamplifier, Tektronix Type CA Scope Preamplifier, Tektronix Type CA Scope Preamplifier, Tektronix Type CA Oscilloscope, Hickock 1805A Oscilloscope, Hickock 1805% Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Eel ,/ /lU{ ''Vb ' Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 fi p~^ [.{ //~ G l V C O ~/ B - It is requested that the following items be provided this contractor on a 'Government Furnished Equipment".,(GFE) basis., said items to be used within this contractor's facility for test and check-out of R4R Systems (Serial #3 through #8), OPS AGE equipment and spare parts being delivered under Contract AF33(657)-128)1.6. It is to be noted said items represent costs of approximately $550,,000, which will be incurred, and have not been compiled in the proposal submitted here- under, if this contractor is to acquire the equipment on an open pi-ocurement basis. Qty. Description l Signal Generator, hp 606A 1,3500 12 Signal Generator, hp 608C(N) 1,320. 5 Signal Generator, hp 612A l,) .00. 5 Signal Generator, hp 614A- 1,950. 5 Signal Generator, hp 616B 1,950. 5 Signal Generator, hp 618B 2.92 5O. 5 Signal Generator, hp 620A 2,250. nal Generator, hp 626A 3,)O0. 6 Signal Generator, hp 628A 3, x,00. 3 Doubler,, hp 938A 1,500, 3 Doubler hp 9L OA 500 1 , , . ,9 5 Sweep Generator, Ferrold 900E 19980. 2 Sweep Generator, Alfred 6Ls1K 3,290. 2 Sweep Generator, Alfred 6141-KS1 3,5900 2 Sweep Generator, Alfred 642K 3,090. 2 Sweep Generator, Alfred 643K 3,150. 2 Sweep Generator, Alfred 6).5K 3,) 500 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 De.s>crtoti C Sweep Generator, Alfred 617 $ 3,9350. Sweep Generator, Alfred 648 3,500. Sweep Generator, Alfred 6)49 3,700. Sweep Generator, Allen Electronics 960 1,150, Pulse Genera tor, hp 212A 600. ~0 Pulse Generator, hp 2ThA 8750 9 Pulse Generator, Rutherford B7B 720. 3 Pulse Generator, Electropulse 31i50D 1,185. 1 Pulse Generator, General Applied 690. 1 Science Lab PSG-l Unit Pulser5 General Radio 121 235. 1o Power Meter, hp )431B (01) 525. 12 Thermister Mount, hp 478A 1L5. 5 Therraister Mount, hp XL86A 14.5. 5 Ther?r.ister Mounts hp P486A 195. 5 hermister Yount, hp K486A 300. 5 Thermister Mount, hp R486A 376. 2 Bolo: eter Mount, hp )476A 85- %0 Detector Mount,, hp L 20A 500 o Bolometer Mount, PRD627 95- 12 SWR Indicator, hp ~15D (01) 41-.25- 2 Coax. Slotted Line, Alford 1026-C-13 3,585? 2 Tapered Reducer, Alford 1122-C 200? 1 Coax Slotted Line, Alford 1026-C-6 1.9550- 3 Coax Slotted Line,, hp 805D 525- 2 CarrLage, hp 809B 1750 4 C,I-. rria ge,a 814B 225. Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Dcscrio:%' '.1~ Ce:t (*) Slotted Section, hp 806B 200. Slotted Section, hp X810B 90. 2 Slotted Section, hp P810B 110. 2 Slotted Section, hp K815B 265. 2 Slotted Suction, hp R851B '265- 5 Slotted Section, Narda 231BRM 710. 2 T uned Probe, Alford 2162X 165. 2 Tuned Probe, Alford 2163X 125- 5 Untuned Probe, hp L WsA 55- 3 Untuned Probe, hp ~ti6B 145. 5 Tuned Probe, Narda 229 1 45. 10 Bolometer, Narda 610B 12. 2 Frequency Meter, Narda 80L h.OO. 'Frequency Meter, Narda 805 1;001 Frequency Meter, FAR N410A 05- 2 Frequency Meter, FXR 141L;A 05- I Frequency Meter, FXR XL10A 150. 2 Frequency Meter, FXR Y!t? CA 225. 2 Frequency Meter, FXR IthlOA 230. 2 Frequency Meter, FXR U)4I0A 280, Electronic Counter, hp 5245?, 3,250. id. Freq. Converter, hp 5253B 500. 3 Freq. Converter, hp 2590A 1,900. 1 Electronic Counter Bec'. nan-Berkely 7370 1,875. 6 Variable Attenuator, hp 3550 125- 7 Variable Attenuator, hp 355D 125. 3 Variable Attenuator, hp X382 275. Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 ri.~,tia;, D ., e sc in Variable ~t uenuc tor9 lip P382 Ccs:~t $ 300. Variable Att?enuator, hp 1362 475, Vari b;le Attenuator, hp 8332 500, 5 Variable Attenuator, Alfred ElOl 400, 5 Variable Attenuator, Alfred E103 1450? 5 Variable Attenuator, Al: red 05 f,0.80, 12 Fixed Attenuator, Weinchel 50-3 60, ~.2 Fixed : tuenuator, Weinchel 50-6 60. ; _2 Fixed Attenuator, Weine h.el 50-10 60, 6 Fixed Attenuator, Weinchel 50-20 75? i2 r fixed .t tc t -tor, We inchel 210-3 38 d 12 r ixed At tenua:.or, Wei nchel 210-6 38 . l 2 t fixed At e .u or, Wei nchel 210- 0 0 38 6 fixed ..` c'..o_uator,, Weinch? 21.0-20 F i:fled Attenuator - BM-11. Garda 775 7 M-3 i4.0. 55 .Fixed At tenuator - B 1, Narda 7757 F'.-6 55? 15 Fixed Attenuator - B i, ivarda 7757 M-10 55, Fixed AttenLator - BF .9 %a_'da 7757 M-20 55Q Variable Attenuator Daven 614:0-50 125. 2 Variable Attenuatorr - Precision Weinchel. 215? 905 Variable Attenuator - Precision Weinchel 1.,3ill .0, 61,. 1 Variable Attenuator Telonic TAB 501 250. l3 0ccillcscope, Tektronix 535A 1, x00, 5 Oscilloscope, Tektronix 54.3 1,2754 5 Cicilloscore, Tektronix 545A 1,550, 2 Oscilloscopeg Tektron x 755 2s600, Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 -ar_ Des cript-ion Oscilloscope, Tektronix 5611,1. Cc: ..b ( ,~) 950. Oscilloscope, Tektronix 585 167-' Oscilloscope, Preamp, Tektronix Type CA 260. Oscilloscope, Prea p, Tektronix Type D x_70 Oscillcsco ,e3 Prearp, Tektronix Type H x.85. Oscilloscope, Preamp, Tektronix Type L 210. Oscilloscope, Preamp;-'Tektronix Type G 190, Oscilloscope, Preamp., Tektronix Type K Oscilloscope, Preamp, Tektronix Type Z 2 35 . Oscilloscope, Prearap, Tektronix Type 3A1 Oscilloscope, Preamp, Tektronix Type 3B3 ~iO. 5`:5. Oscilloscope., Probe, Tektronix P6006-010- 125 OE;cillo scone, Probe, Tektronix 16, P6017-010-058 Os=. l1oscc ;., Probe, Tektronix l!4 . P6017-O10-o56 . C;~ A.llosccnn, Current Probe, Tektronix 235, 6016-015-030 Oscilloscope, Camera, Tcktronjx C-12 5O V? 15 Oscilloscope Mobile Cart.,- Tektronix lljO 50O/53A . Power Supply, Lambda LE 101'x' 470. Power Supply, Lambda LE 1031". 6145. Power Supply, Lambda LE 10111F M 825 Power Supply',, Lambda IT-2095 $1 295, Power Supply, Lambda C-280, 2114. Power Supply, Lambda LA-100-03 't )165, Power Supply, Lambda C-15838 580. Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 D scri.ption c ser :;u ,p1zr; .:?:n bda. C-- r82zT c Sst r l~T row r LC ., 3,206 680, 175, cn?;er S. ::! ~ ter, -,l ectrc L.C i c :_ e n 129 129. Power SiZ_ oly, :La .bda h_P 721 Receiver AIL 13211 Receiver AIL 132~1 Di ..portion Analyzer, hp 3303 rave n y ze: ?, Quan Tech 30'3 Spee ; r :I tin yz er S~ Al uCc c Crum Analyzer, hp 855? ? /85 neezru_ A> a-, yzer ---E Direct"ionw_ Oct _,ler 3 db '?752A Dire uion.t1 Coupler 3d t eG; hp P752A Coupler 3 -'b T..Tw K152." ".45- ,LO* 1,1:250 3J500 10~,C00Q 6, 6.,5, 110, 1235, 200. ra r c L, on l Coupler 3 do T..r/G, hp R752A 250. Directional Coupler 3 co, ;X D1 120902 l E: ' .,Om Directional Coupler 3 day. ?';Dl 120903 150, Directional Coupler 3 db:, 14D! 12090. 1.50. Directional Coupler 10 rdb, MD1 1.20910 150, Directional Coupler 10 db, SDI 120911 7 0 Directional Counter 10 db, MD1 120912 150,, Di rectior_al Coupler 10 db Coax, Narda 30?t0.10 250. Directional Coupler 10 db Coax, 200 Narda 3011-10 , Directional Coupler 10 db Coax, 200 Marda 301.2-10 . Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Description cc~.'t (*) Directional Counter 10 db Coax, i~;ard,a 3O'.f3-10 Low Pass Filter, hp 360A $ 2000 Low Pass Filter, hp 360B 60 Low Pass Filter, hp 360C 500 Low Pass Filter, hp 360D 50. Low Pass Filter, hp X362A 350 Low Pass Filter, hp P362A 350. Low Pass Filter, hp K362A 3EB5. Low Pass Filter, hp R362 3850 Noise Generator Power Supply, AIL 07111 1650 Noi e Generator Power Supply, AIL 07110 165. noise Generator, AIL 0700L1 1,8000 Noise Generator, AIL 07050 2300 11 ti soisc Generator, AIL 07052 1i9O0 Noise G.enorator, AIL 07053 26,50 Noise Generator, AIL 07091 2r~50 Noise Generator, AIL 07096 895. Noise Generator, hp 343A 1006 Noise Generator, hp 3L,5B 1000 Noise Figure Meters hp 3L2A 8IL- '; 0 Square Wave Generator, hp 211A 3250 Square Wave Generator, Gruen PSG-1 825. Square Wave Generator, Brocker Labs 205 1200 Audio Oscillator, hp 200CD 1750 mow Freq. Function Generator; hp 202A 5500 Oscillator VHF-LTNF, General Radio 1208C 210. Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 Sanitized Copy Approved for Release 2010/05/03: CIA-RDP72B00464R000400080002-2 C~~? Description