EX-10.7 4 0004.txt CONTRACT DATED 8/14/00 EXHIBIT 10.7 ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 2 ------------------------------------------------------------------------------------------------------------------------------------ 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P00001 See Block 16C IDT500-0208-0100 ------------------------------------------------------------------------------------------------------------------------------------ 6. ISSUED BY CODE USZA22 7. ADMINISTERED BY (if other than item 6) CODE HQ0339 ---------------------- ----------------- U.S. SPECIAL OPERATIONS COMMAND ATTN: SOAL-KB (J.S. THOMPSON) DCMC SANTA ANA 2418 FLORIDA KEYS AVENUE 34 CIVIC CENTER PLAZA MACDILL, AFB, FL. 33621-5316 PO BOX 12700 SANTA ANA, CA 92712-2700 ------------------------------------------------------------------------------------------------------------------------------------ 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) X 9A. AMENDMENT OF SOLICITATION NO. ------ IRVINE SENSORS CORPORATION 3001 REDHILL AVENUE COSTA MESA, CA 92626-4629 ----------------------------------------- 9B. DATED (SEE ITEM 11) ----------------------------------------- X 10A. MODIFICATION OF CONTRACT/ORDER NO. USZA22-00-C-0013 ---------------------------------------------------------------------------- ----------------------------------------- CODE FACILITY 1OB. DATED (SEE ITEM 13 14 AUGUST 2000 ------------------------------------------------------------------------------------------------------------------------------------ 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS ------------------------------------------------------------------------------------------------------------------------------------ [_] The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [_] is extended is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning _______ copies of the amendment, (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. ------------------------------------------------------------------------------------------------------------------------------------ 12. ACCOUNTING AND APPROPRIATION DATA (If required) NO CHANGE ------------------------------------------------------------------------------------------------------------------------------------ 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. ------------------------------------------------------------------------------------------------------------------------------------ (x) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE IN THE CONTRACT ------ ORDER NO. IN ITEM 10A. ------------------------------------------------------------------------------------------------------------------------------------ X B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, Appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). ------------------------------------------------------------------------------------------------------------------------------------ C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: Public Law 102-564 ------------------------------------------------------------------------------------------------------------------------------------ D. OTHER (Specify type of modification and authority) ------------------------------------------------------------------------------------------------------------------------------------ E. IMPORTANT: Contractor X is not [_] is required to sign this document and return ______ copies to the issuing office. ------------------------------------------------------------------------------------------------------------------------------------ 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) THE FOLLOWING ADMINISTRATIVE CHANGES ARE MADE TO THE CONTRACT: ALL REFERENCES TO MR. STEVE OSMON'S DESIGNATION AS THE REQUIRING ACTIVITY OFFICIAL (RAO) OR CONTRACTING OFFICER'S REPRESENTATIVE (COR) AS SHOWN ON PAGES 6, 7, 8, 9, AND 11 OF THE CONTRACT AND THE CDRL ADDRESS LISTING ARE DELETED AND THE FOLLOWING IS SUBSTITUTED: ------------------------------------------------------------------------------------------------------------------------------------ 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) JOHN S. THOMPSON ------------------------------------------------------------------------------------------------------------------------------------ 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED 1 NOVEMBER 2000 /s/ John S. Thompson ---------------------------------------- -------------------------------------- (Signature of person authorized to sign) (Signature of Contracting Officer) ------------------------------------------------------------------------------------------------------------------------------------
CONTRACT NO USZA22-C-0013 Page 2 of 2 NAVAL SURFACE WARFARE CENTER-CRANE ATTN: CODE 805E (MR. BRIAN K. TUSSEY) BUILDING 3291 CRANE, IN 47522 EMAIL ADDRESS: tussey_b@crane.navy.mil TELEPHONE: (812) 854-5870 ------------------------------- -------------------------------------------- --------------------------------------- 1. THIS CONTRACT IS A RATED ORDER NG PAGE OF PAGES AWARD/CONTRACT UNDER DPAS (15 CFR 350) DO 1 16 ----------------------------------------------------------------------------------------------------------------------------------- 2. CONTRACT (Proc. Inst. Ident.) NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. USZA22-00-C-0013 SEE BLOCK 20C SEE SCHEDULE ----------------------------------------------------------------------------------------------------------------------------------- 5. ISSUED BY CODE USZA22 6. ADMINISTERED BY (If other than item 5) CODE SO513A -------------------------- --------------- U.S. SPECIAL OPERATIONS COMMAND DCMC SANTA ANA ATTN: SOAL-KB (MR. THOMPSON) 34 CIVIC CENTER PLAZA 7701 TAMPA POINT BLVD P.O. BOX 12700 MACDILL AFB, FL 33621-531 SANTA ANA, CA 92712-2700 ----------------------------------------------------------------------------------------------------------------------------------- 7. NAME AND ADDRESS OF CONTRACTOR (No., street, city, county, State and ZIP Code) 8. DELIVERY IRVINE SENSORS CORPORATION' [_] FOB ORIGIN [X] OTHER (See below) 3001 REDHILL AVENUE BUILDING #3 ----------------------------------------------- COSTA MESA, CA 92626-4629 9. DISCOUNT FOR PROMPT PAYMENT NET/30 ----------------------------------------------- 10. SUBMIT INVOICES ITEM (4 copies unless otherwise SEE BLOCK 12 ------------------------------------------------------------------------------------ specified) TO THE ADDRESS CODE DUNS: 038058038 FACILITY CODE SHOWN IN: ----------------------------------------------------------------------------------------------------------------------------------- 11. SHIP TO/MARK FOR CODE 12. PAYMENT WILL BE MADE BY CODE HQ0339 -------------------------- --------------- SEE SCHEDULE DFAS COLUMBUS CENTER WEST ENTITLEMENTS OPERATIONS P.O. BOX 182381 COLUMBUS, OH 43218-2381 ----------------------------------------------------------------------------------------------------------------------------------- 13. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 14. ACCOUNTING AND APPROPRIATION DATA SEE SCHEDULE [_] 10 USC 2304(c) ( ) [_] 41 USC 253(c) ( ) ----------------------------------------------------------------------------------------------------------------------------------- 15A. ITEM NO. 15B. SUPPLIES/SERVICES 15C. QUANTITY 15D. UNIT 15E. UNIT PRICE 15F. AMOUNT ----------------------------------------------------------------------------------------------------------------------------------- SEE SECT B SMALL BUSINESS INOVATIVE RESEARCH PROGRAM (SBIR), TOPIC SOCOM 99-003 COST PLUS FIXED FEE ----------------------------------------------------------------------------------------------------------------------------------- 15G. TOTAL AMOUNT OF CONTRACT $ 748,708 ----------------------------------------------------------------------------------------------------------------------------------- 16. TABLE OF CONTENTS ----------------------------------------------------------------------------------------------------------------------------------- (X) SEC. DESCRIPTION PAGE(S) (X) SEC. DESCRIPTION PAGE(S) ----------------------------------------------------------------------------------------------------------------------------------- PART I - THE SCHEDULE PART II - CONTRACT CLAUSES ----------------------------------------------------------------------------------------------------------------------------------- A SOLICITATION/CONTRACT FORM X I CONTRACT CLAUSES 13 ----------------------------------------------------------------------------------------------------------------------------------- X B SUPPLIES OR SERVICES AND PRICES/COST 2-4 PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. ----------------------------------------------------------------------------------------------------------------------------------- X C DESCRIPTION/SPECS/WORK STATEMENT 4 X J LIST OF ATTACHMENTS 16 ----------------------------------------------------------------------------------------------------------------------------------- X D PACKAGING AND MARKING 5 PART IV - REPRESENTATIONS AND INSTRUCTIONS ----------------------------------------------------------------------------------------------------------------------------------- X E INSPECTION AND ACCEPTANCE 6-7 REPRESENTATIONS, CERTIFICATIONS AND ------------------------------------------------------------ K OTHER STATEMENTS OF OFFERORS X F DELIVERIES OR PERFORMANCE 7 ----------------------------------------------------------------------------------------------------------------------------------- X G CONTRACT ADMINISTRATION DATA 8-10 L INSTRS., CONDS., AND NOTICES TO OFFERORS ------------------------------------------------------------------------------------------------------------------------------------ X H SPECIAL CONTRACT REQUIREMENTS 11 M EVALUATION FACTORS FOR AWARD ----------------------------------------------------------------------------------------------------------------------------------- CONTRACTING OFFICER WILL COMPLETE ITEM 17 OR 18 AS APPLICABLE ----------------------------------------------------------------------------------------------------------------------------------- 17. [X] CONTRACTOR'S NEGOTIATED AGREEMENT (Contractor is required to sign this document and return 1 copies to issuing office.) Contractor agrees to furnish and deliver all items or perform all the services set forth or otherwise identified above and on any continuation sheets for the consideration stated herein. The rights and obligations of the parties to this contract shall be subject to and governed by the following documents: (a) this award/contract, (b) the solicitation, if any, and (c) such provisions, representations, certifications, and specifications, as are attached or incorporated by reference herein. (Attachments are listed herein.) 18. [_] AWARD (Contractor is not required to sign this document.) Your offer on Solicitation Number ________________________________, including the additions or changes made by you which additions or changes are set forth in full above, is hereby accepted as to the items listed above and on any continuation sheets. This award consummates the contract which consists of the following documents: (a) the Government's solicitation and your offer, and (b) this award/contract. No further contractual document is necessary. ----------------------------------------------------------------------------------------------------------------------------------- 19A. NAME AND TITLE OF SIGNER (Type or print) 20A. NAME OF CONTRACTING OFFICER John J. Stuart, Jr. JOHN S. THOMPSON Chief Financial Officer ----------------------------------------------------------------------------------------------------------------------------------- 19B. NAME OF CONTRACTOR 19C. DATE SIGNED 20B. UNITED STATES OF AMERICA 20C. DATE SIGNED IRVINE SENSORS CORPORATION 08 AUG 00 BY /s/ John J. Stuart, Jr. BY /s/ John Thompson ------------------------------------------- ------------------------------------ 14 AUG 00 (Signature of person authorized to sign) (Signature of Contracting Officer) ====================================================================================================================================
NSN 7540-01-152-8069 26-107 PREVIOUS EDITION UNUSABLE Form designed using PerForm Pro STANDARD FORM 26 software. (REV.4-85) Prescribed by GSA FAR (48 CFR) 53.214(a) USZA22-00-C-0013 Name Of Offeror or Contractor Page 2 of 16 Irvine Sensors Corporation SECTION B: Supplies or Services and Prices ITEM NO Description supplies/services QTY U/M AMOUNT 0001 SBIR Phase II SOCOM Topic 99-003 (Remote Sighting System for Weapons) The contractor shall provide all facilities, material, labor, and travel to conduct the research and development, testing, system demonstration/training, and prototyping in accordance with Irvine Sensors Corporation's, proposal entitled Day/Night Miniature Sighting System" dated 14 June 2000. 0001AA Technical Data 1 Lot Estimated $31,819.00 ---------- Fee $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. 0001AB Technical Data 1 Lot Estimated $31,819.00 ---------- $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. 0001AC Technical Data 1 Lot Estimated $31,819.00 ---------- Fee $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. 0001AD Technical Data 1 Lot Estimated $31,819.00 ---------- Fee $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. 0001AE Technical Data 1 Lot Estimated $31,819.00 ---------- Fee $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. 0001AF Technical Data 1 Lot Estimated $31,819.00 ---------- Fee $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. 0001AG Technical Data 1 Lot Estimated $31,819.00 ---------- Fee $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. 0001AH Technical Data 1 Lot Estimated $31,819.00 ---------- Fee $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. 0001AJ Technical Data 1 Lot Estimated $31,819.00 ---------- Fee $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. -------------------------------------------------------------------------------- CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE USZA22-00-C-0013 3 Of 16 -------------------------------------------------------------------------------- NAME OF OFFEROR OR CONTRACTOR Irvine Sensors Corpcontractororation -------------------------------------------------------------------------------- 0001AK Technical Data 1 Lot Estimated $31,819.00 ---------- Fee $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. 0001AL Technical Data 1 Lot Estimated $31,819.00 ---------- Fee $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. 0001AM Technical Data 1 Lot Estimated $31,819.00 ---------- Fee $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. 0001AN Technical Data 1 Lot Estimated $31,819.00 ---------- Fee $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. 0001AP Technical Data 1 Lot Estimated $31,819.00 ---------- Fee $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. 0001AQ Technical Data 1 Lot Estimated $31,819.00 ---------- Fee $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. 0001AR Technical Data 1 Lot Estimated $31,819.00 ---------- Fee $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. 0001AS Technical Data 1 Lot Estimated $31,819.00 ---------- Fee $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. 0001AT Technical Data 1 Lot Estimated $31,819.00 ---------- Fee $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. 0001AU Technical Data 1 Lot Estimated $31,819.00 ---------- Fee $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. 0001AV Technical Data 1 Lot Estimated $31,819.00 ---------- Fee $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. -------------------------------------------------------------------------------- NSN 7540-01-152-8057 50336-101 OPTIONAL FORM 336A (4-86) Sponsored by GSA FAR (48 CFR) 53.110 -------------------------------------------------------------------------------- CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE USZA22-00-C-0013 4 Of 16 -------------------------------------------------------------------------------- NAME OF OFFEROR OR CONTRACTOR Irvine Sensors Corpcontractororation -------------------------------------------------------------------------------- 0001AW Technical Data 1 Lot Estimated $31,831.00 ---------- Fee $ 2,212.00 The contractor shall provide monthly progress status and management reports IAW CDRL A001. 0001AX Technical Data 1 Lot Estimated $31,831.00 ---------- Fee $ 2,226.00 The contractor shall provide monthly progress status and final report IAW CDRL A005. 0001AY Technical Data 1 Lot NSP The contractor shall provide meeting agendas as required IAW CDRL A002. 0001AZ Technical Data 1 Lot NSP The contractor shall provide meeting minutes/reports as required IAW CDRL A003. 0001BA Technical Data 1 Lot NSP The contractor shall provide commercialization metrics reports IAW CDRL A004. 0002 Remote Weapons Sighting System Prototype 1 1 Lot NSP SECTION C Descriptions and Specifications C.1 Irvine Sensors Corp. shall conduct research for the development, testing, demonstration/training and prototyping of a Remote Weapons Sighting System in response to the Department of Defense Small Business Innovation Research (SBIR) Program entitled: Small Business Innovation Research Solicitation 99.1, released on 1 October 1998. Topic Number and Title: SOCOM 99-003, Remote Weapons Sighting System which is hereby incorporated into the contract by reference. C.2 The contractor shall submit the technical data requirements as outlined in Exhibits A001 thru A005 in Section J for the basic contract period. The final and all other reports resulting from this research effort will contain the following disclaimer on the cover of the reports: "The views, opinions, and findings contained in this report are those of the author(s) and should not be construed as an official Agency position, policy, or decision, unless so designated by other official documentation". END OF SECTION C -------------------------------------------------------------------------------- NSN 7540-01-152-8057 50336-101 OPTIONAL FORM 336A (4-86) Sponsored by GSA FAR (48 CFR) 53.110 -------------------------------------------------------------------------------- CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE USZA22-00-C-0013 5 Of 16 -------------------------------------------------------------------------------- NAME OF OFFEROR OR CONTRACTOR Irvine Sensors Corpcontractororation -------------------------------------------------------------------------------- SECTION D Packaging and Marking CLAUSES INCORPORATED BY FULL TEXT 52.204-4005 General Packaging and Marking Instructions F.O.B. Destination (1995) All data and material to be shipped under this contract shall be packaged and packed to conform with carrier requirements per FAR Clause 52.247-34, F.O.B. Destination, incorporated by reference in the contract. The information on the outside of the package shall clearly state the shipping address, contract number, device number, and any other "MARK FOR" information required for easy identification without opening the package. -------------------------------------------------------------------------------- NSN 7540-01-152-8057 50336-101 OPTIONAL FORM 336A (4-86) Sponsored by GSA FAR (48 CFR) 53.110 ================================================================================ CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE USZA22-00-C-0013 6 of 16 ================================================================================ NAME OF OFFEROR OR CONTRACTOR Irvine Sensors Corpcontractororation ================================================================================ SECTION E Inspection and Acceptance CLAUSES INCORPORATED BY REFERENCE: 52.246-7 Inspection of Research and Development Fixed Price AUG 1996 52.246-16 Responsibility For Supplies APR 1984 CLAUSES INCORPORATED BY FULL TEXT 52.205-4001 Government Inspection and Acceptance (1995) Government inspection and acceptance shall be performed at destination by a Government Representative. CLIN/SLIN 0001 and 0002 WHEN: CLIN0001 (Per individual CDRL item) CLIN0002 (Upon Acceptance of data item A005). PLACE: At Destination BY: Contracting Officer Representative (COR) 52.205-4002 Material Inspection and Receiving Reports (1995) RAO/COR Address: Mr. Steven R. Osmon Naval Warfare Surface Center Code 805F Bldg. 3291 Crane, IN 46522 Telephone: (812) 854-5349 E-mail: Osmon_S@crane.navy.mil. Procurement Office Address: USSOCOM ATTN: SOAL-KB (Mr. John S. Thompson) 7701 Tampa Point Blvd MacDill AFB, FL 33621-5323 Telephone: (813) 828-7077 E-mail: thompsj@socom.mil Defense Finance Office: DFAS-Columbus Center West Entitlements Division P.O. Box 182381 Columbus, OH 43218-2381 -------------------------------------------------------------------------------- NSN 7540-01-152-8057 50336-101 OPTIONAL FORM 336A (4-86) Sponsored by GSA FAR (48 CFR) 53.110 ================================================================================ CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE USZA22-00-C-0013 7 of 16 ================================================================================ NAME OF OFFEROR OR CONTRACTOR Irvine Sensors Corpcontractororation ================================================================================ DCMC Address: DCMC Santa Ana 34 Civic Center Plaza P.O. Box 12700 Santa Ana, CA. 92712-2700 Other: USSOCOM ATTN: SOSB (Karen Pera) 7701 Tampa Point Blvd MacDill AFB, FL 33621-5323 252.246-7000 MATERIAL INSPECTION AND RECEIVING REPORT (DEC 1991) At the time of each delivery of supplies or services under this contract, the Contractor shall prepare and furnish to the Government a Material Inspection and Receiving Report in the manner and to the extent required by Appendix F, Material Inspection and Receiving Report, of the Defense FAR Supplement. SECTION F Deliveries or Performance CLAUSES INCORPORATED BY REFERENCE: 52.242-15 Alt I Stop-Work Order Alternate I AUG 1989 52.242-17 Government Delay of Work APR 1984 52.247-34 F.O.B. Destination NOV 1991 CLAUSES INCORPORATED BY FULL TEXT 52.206-4002 Point of Delivery Without Options (1991) The following conditions apply to requirement: a. Place of Delivery: CLIN 0001 - Per Individual CDRL item CLIN 0002 - Commander Naval Warfare Surface Center ATTN: Code 805F (Mr. Steven R. Osmon) Bldg. 3291 Crane, IN 46522 b. Period of Performance: The total duration of this contract shall not exceed 22 months. -------------------------------------------------------------------------------- NSN 7540-01-152-8057 50336-101 OPTIONAL FORM 336A (4-86) Sponsored by GSA FAR (48 CFR) 53.110 ================================================================================ CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE USZA22-00-C-0013 8 Of 16 ================================================================================ NAME OF OFFEROR OR CONTRACTOR Irvine Sensors Corpcontractororation ================================================================================ SECTION G Contract Administration Data CLAUSES INCORPORATED BY FULL TEXT 52.207-4001 Instructions to Paying Office/Contract Administration (1991) a. The Contracting Office representative is: Name: Mr. John S. Thompson Organization Code: USSOCOM/SOAL-KB (USZA22) Telephone No.: (813) 828-7077 E-mail: thompsj@socom.mil b. Requiring Activity Official (RAO) or Contracting Officer Representative (COR): Name: Mr. Steven R. Osmon Organization Code 805F Telephone No.: (812) 854-5349 E-mail: Osmon_S@crane.navy.mil c. Payment will be made by the office designated in Block 12 of Standard Form 26, Block 25 of Standard Form 33, or Block 15 of DD Form 1155. For other type contracts the invoice should be forwarded directly to the designed paying office. d. Payment to the contractor shall be mailed to the following address (if other than the address shown on SF-26, SF-33 or DD Form 1155): Name: Address: City, State, Zip Code: -------------------------------------------------------------------------------- NSN 7540-01-152-8057 50336-101 OPTIONAL FORM 336A (4-86) Sponsored by GSA FAR (48 CFR) 53.110 ================================================================================ CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE USZA22-00-C-0013 9 Of 16 ================================================================================ NAME OF OFFEROR OF CONTRACTOR Irvine Sensors Corpcontractororation ================================================================================ 52.207-400 Accounting and Appropriation (1992) Accounting and Appropriation Data: CLIN/SLIN: 0001 and 0002 (1) ACRN: AA (2) Appropriation Number: 979/00400.5600 X69 52AC 66S275 DT0275 592 662400 (3) PR Number: IDT275-0208-0100 (4) Amount: $21,000.00 (1) ACRN: AB (2) Appropriation Number: 979/00400.1156 H09 52AC 605020 DT0500 592 662400 (3) PR Number: IDT050-0208-0100 (4) Amount: $231,971.00 (1) ACRN: AC (2) Appropriation Number: 970/10400.5600 X60 52AC 610000 DT5000 592 662400 (3) PR Number: IDT500-0208-0100 (4) Amount: $495,737.00 52.207-4004 Distribution of Vouchers/Invoices (1994) a. The contractor shall forward vouchers/invoices to the address below in a simultaneous mailing. (1) The original and six (6) copies to Defense Contract Audit Agency (DCAA) Office if a cost type contract, or to the Defense Finance Accounting Service (DFAS) office if other than cost contract. The cognizant address is: Defense Contract Audit Agency ATTN: Mr. Todd Pedersen 3 Hutton Center Drive Suite 750 Santa Ana, CA. 92707 (2) One copy to the Requiring Activity Official (RAO) or Contracting Officer Representative (COR): Naval Surface Warfare Center - Crane ATTN: Code 805F (Mr. Steven R. Osmon) Building 3291 Crane, IN 47522 (3) One copy to the Contracting Officer: U.S. Special Operations Command Attn: SOAL-KB (Mr. John S. Thompson) 7701 Tampa Point Blvd MacDill AFB, FL 33621-5323 -------------------------------------------------------------------------------- NSN 7540-01 152-8057 50336-101 OPTIONAL FORM 336A-(4-86) Sponsored by GSA FAR (48 CFR) 53.110 ------------------ ------------------------------------------- -------------- CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE USZA22-00-C-0013 10 OF 16 -------------------------------------------------------------------------------- NAME OF OFFEROR OR CONTRACTOR Irvine Sensors Corpcontractororation -------------------------------------------------------------------------------- (4) One copy to the payment office: DFAS Columbus center West Entitlements Operations P.O. Box 182381 Columbus, OH 43218-2381 (5) One copy to the contract administration office: DCMC - Santa Ana 34 Civic Center Plaza P.O. Box 12700 Santa Ana, CA. 92712-2700 b. Contract completion voucher will be forwarded by the DCAA Contract Auditor to the Defense Contract Management Command (DCMC) Administrative Contracting Officer (ACO), or to the PCO who signed this contract if no DCMC ACO has been designed, for approval and transmittal to the cognizant disbursing office. c. 52.207-4002 Delay in Delivery (1991) The cognizant Contracting Administration Office shall submit DLA Form 165, "Delay in Delivery," when required in accordance with FAR 42.1106(c) and DFARS 242.1106(b) and (c), to: U.S. Special Operations Command Attn: SOAL-KB 7701 Tampa Point Blvd MacDill AFB, FL 33621-5323 PCO: Mr. John S. Thompson Telephone: (813) 828-7077 -------------------------------------------------------------------------------- ------------------ ------------------------------------------- -------------- CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE USZA22-00-C-0013 11 OF 16 -------------------------------------------------------------------------------- NAME OF OFFEROR OR CONTRACTOR Irvine Sensors Corpcontractororation -------------------------------------------------------------------------------- SECTION H Special Contract Requirements CLAUSES INCORPORATED BY REFERENCE CLAUSES INCORPORATED BY FULL TEXT 52.208-4025 New Releases New releases pertaining to this requirement shall not be made without prior written approval of the PCO. 52.208-4002 Contracting Officer's Representative (COR) (1991) a. The Contracting Officer may appoint one or more Government employees as Contracting Officer's Representatives (COR) for technical purposes applicable to this contract. b. The appointment(s) shall be in writing, signed by the Contracting Officer, and shall set forth the authority granted to and limitations of the COR. The Contractor shall acknowledge receipt of appointment letters in writing and forward one signed copy back to the Contracting Officer. Such signing shall represent the Contractor's acknowledgment of the limited authority of the COR. c. The Contracting Officer shall notify the Contractor in writing of any such changes or revocations of the COR appointed in paragraph b. d The Contracting Officer's Representative is Mr. Steven R. Osmon, Telephone (812) 854-5349. 52.208-4019 Telephone Communications Security Monitoring (1991) All communications with DOD organizations are subject to communications security (COMSEC) review. Contractor personnel will be aware that telecommunications networks are continually subject to intercept by unfriendly intelligence organizations. The DOD has authorized the military departments to conduct COMSEC monitoring and recording of telephone calls originating from, or terminating at, DOD organizations. Therefore, civilian contractor personnel are advised that any time they place a call to, or receive a call from, a military organization, they are subject to COMSEC procedures. The contractor will assume the responsibility for ensuring wide and frequent dissemiation of the above information to all employees dealing with DOD information. 52.208-4004 Constructive Change Orders (1991) No verbal order, statement or conduct of the Contracting Officer, the authorized representative of the Contracting Officer, whether or not acting within the limits of his authority, or any other representative of the Government, shall constitute a change under the "Changes" clause of this contract or entitle the Contractor to an equitable adjustment of the contract price or delivery schedule under that or any other clause, unless such change is issued in writing and signed by the Contracting Office. No representative of the Contracting Officer shall be authorized to issue a written change order under the "Changes" clause of this contract. The Contractor shall be under no obligation to comply with any orders or directions not issued in writing and signed by the Contracting Officer. -------------------------------------------------------------------------------- ------------------ ------------------------------------------- -------------- CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE USZA22-00-C-0013 12 OF 16 -------------------------------------------------------------------------------- NAME OF OFFEROR OR CONTRACTOR Irvine Sensors Corpcontractororation -------------------------------------------------------------------------------- 52.208-4030 Notice of Incorporation of Section K (1995) Section K, Certification and Representation, of the solicitation will not be distributed with the contract, however, Section K is hereby incorporated by reference. 52.208-4032 Marketing of Technical Reports Potentially Disclosing Inventions (1992) Any report of either an interim nature or any final report not intended for public distribution which contains potentially patentable subject matter, shall have the following legend prominently displayed on its cover. Notwithstanding any other legends marked hereon, this document contains information which the Government has a right, title or interest. Further distribution of this document to any non-governmental agency is prohibited without the written approval of the Director of Procurement, USSOCOM/SOAL-KB, 7701 Tampa Point Blvd. MacDill AFB, FL 33621-5323. Key Personnel Requirements a. Certain skilled experienced professional and/or technical personnel are essential for successful contractor accomplishment of the work to be performed under this contract. These are defined as "key personnel" and are those persons whose resumes were submitted for evaluation of the proposal. The contractor agrees that such personnel shall not be removed from the contract work or replaced without compliance with the following: b. If one or more of the key personnel, for whatever reason becomes; or is expected to become, unavailable for work under this contract for a continuous period exceeding 30 work days, or is expected to devote substantially less effort to the work than indicated in the proposal or initially anticipated: the contractor shall, subject to the concurrence of the contracting officer or his authorized representative, promptly replace such personnel with personnel of at least substantially equal ability and qualifications. c. All requests for approval of substitutions hereunder must be in writing and provide a detailed explanation of the circumstances necessitating the proposed substitutions. They must contain a complete resume of the proposed substitute, and any other information requested by the contracting officer or needed by him to approve or disapprove the proposed substitution. The contracting officer or his authorized representative, promptly notify the contractor of his approval in writing. d. If the contracting officer determines that suitable and timely replacement of key personnel who have been reassigned, terminated or have otherwise become unavailable for the contract work is not reasonably forthcoming or that the resultant reduction of productive effort would be so substantial as to impair the successful completion of the Government, as appropriate, or the discretion of the contracting officer if he finds the contractor at fault for the condition, the contract price or fixed fee may be equitably adjusted downward to compensate the Government for any resultant delay, loss, or damage. -------------------------------------------------------------------------------- ------------------ ------------------------------------------- -------------- CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE USZA22-00-C-0013 13 OF 16 -------------------------------------------------------------------------------- NAME OF OFFEROR OR CONTRACTOR Irvine Sensors Corpcontractororation -------------------------------------------------------------------------------- SECTION 1 Contract Clauses CLAUSES INCORPORATED BY REFERENCE: 52.202-1 Definitions OCT 1995 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-6 Restrictions On Subcontractor Sales To The Government JUL 1995 52.203-7 Anti-Kickback Procedures JUL 1995 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity JAN 1997 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity JAN 1997 52.203-12 Limitation On Payments To Influence Certain Federal Transactions JUN 1997 52.204-2 Security Requirements AUG 1996 52.204-4 Printing/Copying Double-Sided an Recycled Paper JUN 1996 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment JUN 1995 52.215-2 Audit and Records--Negotiation JUN 1999 52.215-10 Price Reduction for Defective Cost or Pricing Data -- Modifications OCT 1997 52.215-8 Order of precedence--Uniform Contract Format OCT 1997 52.215-11 Price Reduction for Defective Cost or Pricing Data--Modifications OCT 1997 52.215-12 Subcontractor Cost or Pricing Data OCT 1997 52.215-13 Subcontractor Cost or Pricing Data--Modifications OCT 1997 52.215-14 Integrity of Unit Prices OCT 1997 52.215-15 Pension Adjustment and asset Revision DEC 1998 52.215-16 Facilities Capital cost of Money OCT 1997 52.215-18 Reversion of Adjustment of Plans for Post-Retirement Benefits Other Than Pension OCT 1997 52.215-19 Notification of Ownership Changes OCT 1997 52.216-7 Allowable Cost and payment APR 1998 52.216-8 Fixed Fee MAR 1997 52.219-8 Utilization of Small Business Concerns OCT 1999 52.222-2 Payment For Overtime Premiums JUL 1990 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-4 Contract Work Hours and Saftey Standards Act -- Overtime Compensation JUL 1995 52.222-26 Equal Opportunity FEB 1999 52.222-35 Affirmative Action For Disabled Veterans And Veterans of the Vietnam Era APR 1998 52.222-36 Affirmative Action For Workers with Disabilities JUN 1998 52.222-37 Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era JAN 1999 52.223-14 Toxic Chemical Release Reporting OCT 1996 52.227-1 Authorization and Consent JUL 1985 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement AUG 1996 52.227-10 Filing of Patent Applications-Classified Subject Matter APR 1984 52.227-11 Patent Rights--Retention By The Contractor (Short Form) JUN 1997 52.227-14 Rights in data-General JUN 1987
-------------------------------------------------------------------------------- ============================================================================================================= CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE USZA22-00-C-0013 14 Of 16 ============================================================================================================= NAME OF OFFEROR OR CONTRACTOR Irvine Sensors Corpcontractororation ============================================================================================================= 52.227-20 Rights in Data - SBIR Program MAR 1994 52.228-7 Insurance-Liability to Third Persons MAR 1996 52.229-3 Federal, State And Local Taxes JAN 1991 52.229-5 Taxes--Contracts Performed in US Possessions or Puerto Rico APR 1984 52.232-1 Payments APR 1984 52.232-2 Clean Air and Water APR 1984 52.232-6 Drug-Free Workplace JAN 1997 52.232-9 Limitation On Withholding Of Payment APR 1984 52.232-17 Interest JUN 1996 52.232-11 Extras APR 1984 52.232-20 Limitation of Cost APR 1984 52.232-23 Assignment Of Claims JAN 1986 52.232-33 [Payment by] Electronic Funds Transfer [Central Contractor Registration] MAY 1999 52.232-25 Prompt Payment JUN 1997 52.232-34 [Payment by] Electronic Funds Transfer Payment--Other than Central MAY 1999 Contractor Registration 52.233-1 Disputes DEC 1998 52.233-3 Protest After Award AUG 1996 52.242-1 Notice of Intent to Disallow Costs APR 1984 52.242-3 Penalties for Unallowable Costs OCT 1995 52.242-12 Report of Shipment (RESHIP) JUL 1995 52.242-13 Bankruptcy JUL 1995 52.242-4 Certification of Final Indirect Costs JAN 1997 52.243-2 Changes--Cost-Reimbursement AUG 1987 52.243-2 Alt V - Alternate V APR 1984 52.244-2 Subcontracts AUG 1998 52.244-2 Subcontracts Alternate I AUG 1998 52.244-5 Competition in Subcontracting DEC 1996 52.245-5 Government Property (Cost-Reimbursement Contracts) JAN 1986 52.249-6 Termination (Cost-Reimbursement) SEP 1996 52.249-14 Excusable Delays APR 1984 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense Contract- MAR 1999 Related Felonies 52.253-1 Computer Generated Forms JAN 1991 252.204-7000 Disclosure Of Information DEC 1991 252.204-7002 Payment For Subline Items Not Separately Priced DEC 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.209-7000 Acquisition From Subcontractors Subject To On-Site Inspection Under NOV 1995 The Intermediate Range Nuclear Forces (INF) Treaty 252.205-7000 Provisions Of Information To Cooperative Agreement Holders DEC 1991 252.215-7000 Pricing Adjustments DEC 1991 252.227-7016 Rights in Bid or Proposal Information JUN 1995 252.227-7017 Identification and Assertion of Use, Release, or Disclosure Restrictions JUN 1995 252.227-7018 Rights in Noncommercial Technical Data and Computer Software--Small JUN 1995 Business Innovation Research (SBIR) Program 252.227-7019 Validation of asserted restrictions--Computer software JUN 1995 =============================================================================================================
==================================================================================================== CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE USZA22-00-C-0013 15 Of 16 ==================================================================================================== NAME OF OFFEROR OR CONTRACTOR Irvine Sensors Corpcontractororation ==================================================================================================== 252.227-7028 Technical data or computer software previously delivered to the JUN 1995 government 252.227-7030 Technical Data--Withholding Of Payment OCT 1988 252.227-7037 Validation of Restrictive Markings on Technical Data SEP 1999 252.227.7036 Declaration of Technical Data Conformity JAN 1997 252.227-7039 Patents-Reporting of Subject Inventions APR 1990 252.242-7000 Postaward Conference DEC 1991 252.231-7000 Supplemental Cost Principles DEC 1991 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7000 Engineering Change Proposals SEP 1999 252.247-7024 Notification Of Transportation Of Supplies By Sea NOV 1995 252.247-7023 Transportation of Supplies by Sea NOV 1995 CLAUSES INCORPORATED BY FULL TEXT 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS (OCT 1998) (a) Definitions "Commercial item", as used in this clause, has the meaning contained in the clause at 52.202-1. Definitions. "Subcontract", as used in this clause, includes a transfer of commercial items between divisions, subsidiaries, or affiliates of the Contractor or subcontractor at any tier. (b) To the maximum extent practicable, the Contractor shall incorporate, and require its subcontractors at all tiers to incorporate, commercial items or nondevelopmental items as components of items to be supplied under this contract. (c) Notwithstanding any other clause of this contract, the Contractor is not required to include any FAR provision or clause, other than those listed below to the extent they are applicable and as may be required to establish the reasonableness of prices under Part 15, in a subcontract at any tier for commercial items or commercial components: (1) 52.222-26, Equal Opportunity (FEB 1999); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era APR 1998; (3) 52.227-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately-Owned U.S.-Flagged Commercial Vessels (JUN 1997) (flow down not required for subcontracts awarded beginning May 1, 1996). 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil -------------------------- ====================================================================================================
============================================================================================================== CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE USZA22-00-C-0013 16 Of 16 ============================================================================================================== NAME OF OFFEROR OR CONTRACTOR Irvine Sensors Corpcontractororation ============================================================================================================== SECTION J List of Documents, Exhibits and Other Attachments. EXHIBITS DOCUMENTS DATE PAGES A Contract Data Requirements List 31 July 00 1 (DD Form 1423) for Contractors Progress Status, And Management Reports, Data Item A001 A Contract Data Requirements List 31 July 00 1 (DD Form 1423) for Meeting Agendas Data item A002 A Contract Data Requirements List 31 July 00 1 (DD Form 1423) for Meeting Minutes Data item A003 A Contract Data Requirements List 31 July 00 1 (DD Form 1423 for Commercialization Metrics Data item A004 A Contract Data Requirements List 31 July 00 1 (DD Form 1423) for Final Report Data item A005 ==============================================================================================================