%410 LWM W I N 6" 1 SG1j SIG A ROUTE TO ACTION SIGNATURE (Grad* and Surname) ORIGINATOR (Symbol) TELEPHONE No DATE 4 in 1981 vP_A Coord Co DT-3A F ord Coord ACTION OFFICER St -UA-rJIR9 RT S Coord 5 QRB Appr ve SG1 J TYPED GRADE AND SURNAME TYPIST'S INITIALS dsd SUBJECT Amendment to FY 81 S&T Project: Novel Intelligence Collection Techniques SG1J (GRILL FLAME) (U) REMARKS I (U) PURPOSE: To obtain approval for the amended.Statement of Work (Encl 1). 2. (U) BACKGROUND: The Contract Review Board approved the FY 81 S&T Project con- tract on 8 April 1981. - 11N 3. (UJ DISCUSSION: a. (S) The purpose of the basic contract is to investigate the military applica- tions of psychoenergetic@pchenomena, with emphasis on remote viewing. This amendment is added to permit the development of audio/semantic analysis techniques and to d'eterrnihe what is required for target acquisition. b. (S) The funds for this amendment are furnished by the U.S. Army INSCOM to cover the Army's first year portion of a planned three year joint DIA/Army GRILL FLAME program in psychoenergetics. Funds are provided b@ Treasury check to DIA. 4. (U) RECOMMENDATION: That the attached SO'el amendment be approved and forwarded with a requisition for $130K to DSS-W for proCessing. 3 Enclosures kJJA@06RONA 1. Amended SOW (S) 1 Cy Assistant Vice Director for 2. Sole Source Justifica- Scientific and Technical r tion (S) 1 Cy Intelligence 3. FY 81 S&T Project: Novel Intelligence Class'll"Ied by Collection Techniques (GRILL FLAME) (S) I Cy Declassify on Reyiew on -2 Extended by (47- Raason S EC RET DIA FORM 1 OCT For(F@glppAq 29=0911D bCLA-RDPi96-001792ROO0100140058-9 DIAR 12-8 200g C RFJT-0792R0(" o Approved For Release C? AMENDMENT TO STATEXENT OF WORK FY 81 S&T PROJECT: NOVEL INTELLIGENCE COLLECTION TECHNIQUES (GRILL FLAME) 1. General The Statement of Work for FY 81 S&T Project: Novel Intelligence Collection Techniques (GRILL FLAME) is amended by the addition of Tasks 2.3 and 2.4 defined below. 2.0 Specific Tasks (FY 81) 2.3 Develop audio/semantic analysis techniques to separate correct from incorrect data available from taped viewer descriptions of remote viewing sites and to provide selective editing under operational conditions. 2.4 Determine what is required for target acquisition (names, maps, coordi- nates, pictures, arbitrary labelings, simply the word "target", etc.). 4. Deliverables: The contractor shall provide the follo-Ning additional deliverables for tasks 2.3 and 2.4: A new paragraph or section shall be added to the quarterly and final reports to cover the new tasks. The Milestone Chart page will be chanced as follows: Change: MILESTONE CHART NOVEL INTELLIGENCE COLLECTION TECHNIQUE FY 81 ($230K) 2.0 Tasks fcr FY 81 2.1 S1125K 2.2 S 25K 2.3 S 70K 2.4 S 60K Add: 6.0 Special Requirements: The COTR will insure that procedure 18, DoD Directive 5240.1-R governing experimentation on human subjects will be followed by the con- tractor in regards to tasks 2.3 and 2.4. Informed consent of all subjects will be obtained in writing and only in accordance with the guidelines issued by the Department of Health, Education and Welfare. These guidelines set conditions safeguarding the wtlfare of the subjects. Approved For Release 2003/fn C1-C(AJRE- OT92ROO0100140058-9 Approved For Release 2003/09/10ZV64T.00792ROO0100140058-9 Sole Source Justification for Novel Intelligence Collection Techniques (GRILL FLAYEE) with SRI International, (S) In order to fulfill the objective of this statement of work, which is to investigate in detail certain psychovenergetic phenomena that have potential military applications, the contractor is required to have both a high degree of technical competence in the analysis and evaluation of psychoen6rgetic phenomena such as remote viewing and psychokinetics, and reliability and security clearances necessary to evaluate the app- licability to military purposes by comparing reported phenomena to actually verifiable observed phenomena (which might be very highly classified). (S) While there are other contractors or educational institutions avail- able with the potential to scientifically evaluate the phenomena, the personnel involved @,,ould not have the depth of background offered by SRI nor would they possess the requisite securl.y clearances. For an- other contractor to acquire both personnel and expertise would be pro- hibitive in time and expense to the government. Additionally, SRI, a recognized leader in this field of analysis, has performed similar work for other U.S. Government agencies and has a unique, classified data base which has comningled both government and proprietary data that is absolutely essential for the successful completion of this contract. (S) For the above reasons, SRI only source for contracting for Park, CA, is the SG1J Assistan Vice Director for Scientific and Technical Intelligence International of Menlo this study. JACK VOR on R e -i !I o -;; o Z Approved For Release 2003/09/ 6-00792RCUR66f@@ 1@ rl::n. s!) n - ') Approved For Releasct42ZGR,E-T96-00792R0001 00140058-9 JUSTIFICATION FOR SOLE SOURCE PROCUREMENT (u) 1. (S) SRI International is uniquely qualified for this sole source procurement by virtue of a combination of experience and performance. 2. (S/NOFORN) SRI International is a recognized leader in the field of psychoenergetics and has performed similar work for other U.S. Government agencies over the past few years. Previous work, under DIA contracts MDA-908-81-C-0292 and MDA-908-92-C-0034 has formed a highly meaningful data base which will greatly enhance the value and effectiveness of this new conLractural effort. 3. (S) The effort involved for a new contractor to research the same level of capability and expertise that SRI currently possesses for this area would be too time consuming and uneconomical to acquire and develop. To acquaint a new contractor in this area of expertise, if he could be found, would require several years simply to achieve the present level of expertise and competence possessed by SRI International. CLASSIFIED BY: DIR, DIA DECL: Originating Agency's Determination Required G RJT.,T I T LAMP LN --,--@iSABLE TO FOREIGN NATIONAW Approved For Release 20UMIU RETo0792ROO0100140058-9 Ir - f _j LA Approved For Release 2003/09M IQ J!M[PITRO00 100 140058-9 Justification for Sole Source Procurement with SRI INTERNATIONAL 333 Ravenswood Ave. Menlo Park, California 94025 1. (S) SRI International is uniquely qualified for this sole source procurement by virtue of a combination of experience and performance both on past efforts and on current contract, FY 81 S&T Project: Novel Intelligence Collection Techniques (GRILL FLAME). 2. (S) SRI Internati 'onal has a high degree of technical competence in the analysis and evaluation of audio/semantic techniques and target acquisition. It is a recog- nized leader in the field of psychoenergetics and has performed similar work for other 1I.S. Government agencies over the past few years. 1' Ic 3. ..; Work proposed in this amendment is not severable from the existing FY 81 S&T Project: Novel Intelligence Collection Technique (GRILL FLAME) contract be- cause work on both contracts are very similar and interrelated. Previous work, under DIA contract DNA 001-78-C-0274 and FY 81 S&T Project: Novel Intelligence Collection Technique (GRILL FLAME) has formed a highly meaningful data base which will greatly enhance the value and effectiveness of this new contractural effort. 4. (S) The effort involved for a new contractor to research the same level of capability and expertise that SRI currently possesses for this area of analysis and evaluation would be too time consuming and unpconomical to acquire and de- velop. To acquaint a new contractor in this area--of expertise, if he could be found, would require several years simply to achieve the present level of exper- tise and competence possessed by SRI International. Consequently, it has been de- termined that to amend the basic DIA contract would be much more efficient than starting a new, separate Army contract. JACK VORONA Assistant Vice Director for Scientific and Technical Intelligence Approved For Release 2003/09/1 &E QR_ 06-XO0100140058-9 r @ 1... .2 tA- n r) Approved For Release 2003/09/10 : CIA:REJ _00792ROO01 00140058-9 STATEMENT of WORK for Novel Intelligence Collection Techniques (Psychoenergetics-Threat to U.S. and Potebtial Applications) Classified by DIA D-1-1 Declass!fy on on 14 March 2007- Extend.?d hy .. P I Aj )T Approved For Release 2003/09/10 : CIA-RDP96-00792ROO&ftf Q P ( I P 1: -1 , Approved For Release 2003/09/10 : CIA-RDP96-00792ROO0100140058-9 STATEMENT Or' WORK: NOVEL INTELLIGENCE COLLECTION TECHNIQUES (PSYCHOENERGETICS- THREAT TO US AND POTENTIAL APPLICATIONS) 1. General The objective of this effort is to investigate in detail certain psyc*hoenergetic phenomena that have potential military applications. Emphasis will be on evaluating application potential and limitations of such phenomena, and to provide such knowledge as gained under this contract to appropriate DoD agencies who will evaluate the significance of foreign work, particularly as it may pose a threat to the US. Major emphasis will be on evaluating remote viewing phenomena and in particular, targeting aspects, via coordinate or other methods. Related to this are training methods, methods of enhancing reliability and repeatability of t@e phenomena. 2.0 Specific TasKs (FY 81) 2.1 Evaluate threat potential of foreign remote viewing - type 'Investigations: 2.1.1 Simulate experimental results for which there is data to assess validity of the foreign research. 2.1.2 Assess military applications potential of the foreign research (or claims), particularly where a threat to US security is possible. 2.1.3 Assess feasibility of the most significant applications and evaluate limitations. 2.1.4 Evaluate the use of remote viewing to locate target objects or people. 2.1.5 Evaluate the use of remote viewing for event detection and to locate events. 2.1.6 Evaluate the use of remote viewing to detect the presence or absence of targets. . 2.1.7 Evaluate the potential of various camouflage, concealment and deception as countermeasures to remote viewing. 2.1.8 Investigate the effects of the following variables on the remote viewing phenomena. (a) accuracy. (b) degree of resolution. (c) affect on the sensory inputs (feel, smell, touch, etc.). Approved For Release 2003/09/K @15 P96-00792ROO01 00140058-9 %) L L; Ef. Approved For Release 2003/09/10 : CIA-RDP96-00792ROO0100140058-9 2.1.9 Determine potential of remote viewing to assess other types of information, such as specific S&T data; or function/purpose of facilities or activities. 2.2 It is anticipated that during the contract period there will be quick reaction tasks approval by the Grill Flame Committee, passed through the COTR and levied on the contractor. These will be of high priority and will require prompt attention. 3. Security Requirements: it is expected that a maximum of six SI/SAO billets will be required to properly support the program. If and when SRI International commences work on operational situations, it is required that all personnel connected with operational matters possess the necessary clearances. 4. Deliverables: The contraCtOT' shall provide the following: 4.1 Quartarly Reports to highlight accomplishments and resources expenditures (by specific tasks the amount, oil funding, equipment used, Professional/Support man hours). Detail progress on each sub-task Vesignated for, eXamination during t-he quarte@ will be completed by the contractor. 4.2 Draft Final Report using the same format as the Quarterly Reports but @overing the entire contract period. 4.3 A Final Report based on the Draft Final Report and the comments made by the COTR- 4.4 Program progress briefing shall be of an informal nature and shall be held at the end of each quarter. The cnntractc,- shall furnish copies of informal charts, viewgraphs and other aids as may be needed. The informal briefings shall consist of a contractor presentation and informal discussion among contractor, funding agencies and other government personnel as appropriate. 4.5 Quick reaction reports as require@ by -,-he COTR. They will be of limited scope and deal with subjects of espec)ially high interest and/or critical timeliness. Approved For Release 2003109/10 CIA-RDP96-00792ROO0100140058-9 2 Approved For Release 2003/09/10: CIA-RDP96-00792ROO0100140058-9 4.6 All supporting material, i.e. notes, maps, tapes for this contract will be made available by the contractor to the COTR and no such material will be destroyed without written permission. 5. Delivery Schedule: The COTR will insure members of the Grill Flame Committee receive copies of all deliverables. 5.1 Quarterly Reports: Five copies to the COTR. The first report is due 100 days after the contract award date and will cover the first 90 days of the contract, Subsequent reports will be due each 90 days thereafter, i.e., 190 days after contract award, 280 days, 370 days, etc. 7 5.2 Draft Final Report: Five copies to the COTR within 30 days 7 of completion of the contract. Comments will be returned to the contractor within 45 days of receipt of the draft. 7. 5.3 Final Report: Ten copies and a camera ready master to the COTR with-in 45 days of receipt of the commients made on the Draft Final Report. 5.4 Program Progress Briefinqs: Approximately 4 per year are anticipated. Specific times and piaces will be established by the COTR. Some briefings will occur in the Washington, DC area and may involve more than one presentation by the contractors. 5.5 Quick Reaction Reports: Number of copies, place and time of delivery to be determined by the COTR. 5.6 Supporting Materials: Provided to the COTR when requested during the period of contract performance All such material will be finally delivered to the COTR at the same time as Final Report. above) . Approved For Release 2003/09/10: CIA-RDP96-00792ROO0100140058-9 3 SECRET Approved For Release 2003/09/10 : CIA-RDP96-00792ROO0100140058-9 MILESTONE CHART NOVEL INTELLIGENCE COLLECTION TECHNIQUE FY 81 ($150K) 2.0 Tasks for FY 81 2.1 $125K 2.2 $ 25K -T Approved For Release2003&F,.@, @-- ; 2 000100140058-9 ab - " %-Y a 4:t , : Approved For Release 2003/09/10 : CIA-RDP96-00792ROO0100140058-9 GOVERNMENT FURNISHED PROPERTY/EQUIP-MENT Government furnished property or equipment t'o be provided to the contractor will primarily consist of reports, data, and documents which will be provided on a loan basis. Contractor access to other DIA facilities as may be necessary will be arranged by the DIA contract monitor. INSPECTION AND ACCEPTANCE Inspection, acceptance, and delivery of reports, will be at the Defense@ Intelligence Agency, ATTN: DT-1A, Washington, D.C., 20301. Acceptance will be based on a determination by the COTR with the approval of the Grill Flame Committee that the contractor is performing in accordance with the tasks specified in the Statement of Work. TECHNICAL PROPOSALS -Requires the contractor to provide information which details his methodology. schedule, and manpower loading in meeting the ccntractual requirements. Such information should be submitted to DIA/D-1-1m' for evaluation by the Grill Flame Committee prior to negotiations. OTHER The classification of the contract is SI/SAO. Reports issued under this contract shall contain the following acknowledoements: This study was supported and monitored by the Defense Intelligence Agency of the Department of Defense under Contract No. Approved For Release 2003/09/10 CIA-RDP96-00792ROO0100140058-9 VC " TZ 21 Approved For Release 2003/09/10 : CIA-RDP96-00792ROO0100140058-9 GOVERNMENT 'FURNISHED DATA Data required by the contractor will be requested in writing from the COTR. The COTR will maintain a record of all government documents transferred to the contractor and will ensure their return when the contract terminates. CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) SG1 A SG1J The COTR will bel DIA, telephonel I SRI International. 333 Ravenswood Ave., Menlo Park, California 94025. SG1J He is located at the contractor's facdlity. His point of contact in WA-,hinoton will -bue-@ DIA/DT-lA, Washington, D.C. 20301 1 The CO be the principal interface for SG1A both the contractor and the several DoD participants which are represented by the Grill Flame Commit-tee. j'@@ Approved For Release 2003/09/10 : C?A-RDP96-00792ROO0100140058-9 k@J"' ".7 ' Approved For Release 2003/09/10 : CIA-RDP96-00792ROO0100140058-9 REPORTS These reports will present a concise and factual discussion of findings and accomplishments during the period and must include appropriate references. 2.' Each report will include a report summary. This summary. prominently identified, should normally not exceed a few pages. The purpose of the projects must be specified, together with a description of important equipment purchased or developed, if any, and the conclusions reached by the contractor. The most important single feature of this summary is that it must be meaningful to readers who are not specialists in the subject matter of the contract. 3.The requirement for careful preparation cannot be overemphasized as this summary will often provide the basis for decision on the continuity of the project. The contractor must recognize that his achievements are quite often surveyed by Department of Defense staff who function at a level that precludes a thorough review of detailed reports. 4. When appropriate, references should be made to more detailed sections of the report in order to guide those who may be prepared to spend the addit-ional time required to develop a more complete and P@ professional understanding of the accomplishments. 5. The report summary should include the following information for each major portion of the work. a. Problems. b. General methodology (e.g.. literature view, labor@tory experiment, survey, field study, etC.) C. Results d. Implications for further research (if any). e. Special comments (if any). Approved For Release 2003/09/10 CIA-RDP96-00792ROO0100140058-9 Approved For Release 2003/09/10 : CIA-RDP96-00792ROO0100140058-9 MIPR CONTROL PR"VISIONS AND GUIDANCE JV i l.. Funding cited may be used only for the project delineated in the attached statement of work (SOW) for Project GRILL FLAME. 2. The total MIPR estimate may not be exceeded by the purchasing office. 3. Changes in purpose, Scope or desired results from those stated in the attached SOW must be approved by the COTR with the approval of the GRILL FLAME committee. 4. The CON for this project is: SG1J c/0 SRI I onal 333 Ravenswood Ave. Menlo Park,'C SG1 5. The COTRs local point of contact is: SG@ J VIA/DT-1A Wa-,hinaton. D-C- 301 SG1 1 -1 A 6. It is desirable that the accumulation of pre-award costs be permitted so th-,t work on task 21.1 may begin as soon as possible. Approved For Release 2003/09/10 : CIA-RDP96-00792ROO0100140058-9 EXCEPTION TOSF 30. AFAP0f0WGd forsRa4pase 2003/09/10 CIA-RDP96-00792ROO0100140058-9 -P@AF-Af ARP FORM 30, JULY 1966 PAGE OF QENERAL SERWIS ADMINISTRATION AMU AENT OF SOLICITATION/MODIRCA @N OF CONTRACT - 1 . FED: PROC. REG. (4) CFR) 1-16A01 1 5 1 - AMENDMENT/MODIFICATION NO, 2. EFFECTIVE DATE 3. REOUISITION/PURCHASIE REQUEST NO. A. PROJECII NO. (7tAPP1i-4W)- P00002 30SEP81 12o8/5702/81 5. ISSUED BY 100DE HIASA7 6. ADMINISTERED BY (If e0er &Wm bhm* 5) CODE I S0507A Virginia Contracting Activity DCASNA San Francisco ATTN: RS-Q2 1250 Bayhill Drive Washington, DC 20301 San Bruno, CA 94o66 7. CONTRACTOR CODEJ 03652 j FACILITY CODE NAME AND ADDRESS ___ AMID4WAIENT OF SOUC11TATWN SRI International 333 Ravenswood Avenue block 9) (Street, eft 1 94025 Menlo Park CA C"n -"d; , - , & ..d 9 MDA903-81-C-0292 [Z] "NO COMMACT/ORM CDde) . L DATED o6APR81 _[see biock 11) 9. THIS BLOCK APPLIES ONLY TO AMENDMENTS OF SOLICITATIONS 0 The above numbered solicitation is amended as set forth in block 12. The hour and date spedfied for ciplo#Offers[lis E] is riot *xtonded. Offerors must acknowledge r"pt of this amendment prior to the hour and date specif ied in the solicitation, or as amended, by ~ of dw folavring wAtfwfi; (a) By signing and returning- copies of this amendment; (b) By acknowledging receipt of this armendment *a so& cM of 0he offw submitsocl; or (c) by separate letter or telegram .hkh includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE ISSUING OFFICE PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If, by virtue of this amendment you desire to chwow on offer alroody rAwnitood, such change may be mode by telegram or letter, provided such telegram or letter makes reference to the solicitation and this arn"dnwnt, and is i" prior to dbe ap how and darse specified. 10. ACCOUNTING AND APPROPRIATION DATA (If required) ACRN: AB 2112020 25-2037 P381321.03250-2572 S18128 2P29 $189,892.00 11. THIS BLOCK APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS (a) 0 This Chan e O d i i t d r er s ssue pursuan to g The Changes set forth in block 12 are made to the above numbered contract/order. (b) El The above numbered contract/ord*r is modified to reflect the administrative changes (such a' d-V- FIi - 1, MFF OF *,-'n data, ek.) so forth in Mock 12. ' (c) ri This Supplemental Agreement is entered into pursuant to authority of 10 U.S.C. 2304(a )(ii) It modifies the above numbered contract as set forth in block 12. 12. DESCRIPTION OF AMENDMENT/MODIFICATION A. Delete any and all references to Contract No. MDA903-81-C-0292 and substitute therefor Contract No. mDA9o8-8i-c-ooo4. B. Add the following as task number 2.1.10 to the Statement of Work (Classified) dated 19mAR 81: (U) 2.1.10 Continue development and evaluation of CRV training program. C. Add task numbers 2.1 and 2.2 of the Contractor's technical proposal number ESU 81-60 (Classified), dated 23MAR81, to the Statement of Work (Classified) dated 19MAR81. These tasks shall be renumbered 2.3 and 2.4 respectively. D. Add an additional paragraph or section to the quarterly and final reports specified in paragraph C.2 of the contract to cover the tasks added by this modification. E. Add the following as paragraph H.9 of the contract: (continued) EACW in provided herein, all terms and conditions of document referenced in block 8, as heretofo" chaftgod. mintain undmaged oad in Ila lanx WW affect. CONTRACTOR/OFFEROR IS NOT REQUIRED CONTRACTORIOFFEROR IS REQUIRED TO SV--N THtS DOCUMENT AND wTum 2 COPWS TO ISSUING, OFFICE TO SIGN THIS DOCUMENT 14. NAME OF COHN TOR/OFFEROR 7. UNITED TATIES OF A 7@, By (Ssurofure of parsoo ov( (Us Cook I *irod to sign-F 77 IS NAME OF TITL P@GNER e;@ C 4- t- 4 'A r Relea r pprrtr*dd Fo 0 6280/M 0 s6 (91 Aqk0P9&*87W RMOTW 4009(Py- 19. DATE SIGNED ael BARRY L. MCVAY 81SEP29 Approved Fo@ Release 2003/09/10 CIA-R[31296-0079@R400100140058-9 Contract MDA903-81-C-0292 Modification P00002 (New Contract NDA908-81c-ooo4) Page 2 of 5 9 USE OF HMLAN SUBjECTS (1978 -Aust) (a) -The following definitions are used In this clause: (1) At risk means that the human subject may be exposed to the Possibility of 'Grm hysical, biological* psychological, sociological. or other - as a consequence of an act or owisajon that goes beyond the applica- tion of those established and accepted methods or procedures which are In his best Interests, or that Increases ordinary risks of daily life, Including the recognized risks Inherent In his chosen occupation or field of service* (2) Hilman Subject means any human being who, Itnowingly or unkowingly, Is subjected to an act 4or'omission, whether at risk or not, the object of which Is to contribute to knowledge to be gained as a part of work to be performed under the scope of this contract. (b) The Contractor, before undertaking to perform any study Involving human subjects, whether at risk or not, shall Insure that the following minimum conditions are complied with: (1) The proposed study has been reviewed and approved by a committee meeting the requirements set forth in Chapter 46 of Title 45 of the Code of -:7-Federal Regulations. (2) The nuv;ber of human subjects used will be kept to the minimum number that will reasonably achieve the required results. (3) The study must be such as to contribute significantly to scientific knowledge and have reasonable prospects of yielding Important results essential to an Army research program. (4) The study will be conducted only by persons possessing the requisite scientific qualifications. The highest degree of skill and care will be required during all stages of study of persons who conduct or assist in the study. (5) The human subject will be Informed that at any time during the course of his participation he has the right to revoke his consent and withdraw from participation without prejudice to himself. (6) Participation by subjects will be Immediately terminated If It sub- sequently appears that the risk to the subjects Is significantly greater than anticipated at the time review and approval was granted. (7) There shall be no greater Intrusion into the privacy of the human subject than is absolutely necessary for the conduct of the study Involved# Ex- cept for the submission of reports and other data required by this contract, any information obtained about human subjects an a result of their participation shall be held as confidential as the law allows. (8) The study will be conducted so as to avoid all unnecessary physical or mental suffering or Injury. Approved For Release 2609MMOe,.IdlA-RDP96-00792ROO0100140058-9 contract MDA903-81-C-0292 Modification P00002 Approved For Release 2003/09/10: CIA-RDp(cW~ioolggkm*ld&AVko6t-c-0004) Page 3 Of 5 (9) No study will be conducted If there Is any Inherent reason to believe that death or disabling Injury Is likely to occur. Sufficient animal or laboratory experiments, or other evaluations-, must have been completed to give assurance of acceptable ftsks prior to the use of human subjects. (10) The degree of risk to be taken will never exceed that which Is justified by the benefit to the subject and/or the humanitarian Importance of the knowledge to be gained. (11) A physician will be responsible for the medical care of subjects.. Even If not the project leader, the physician ivill have authority to terminate the study at any time that he believes death, Injury or harm Is likely to result* (12) Proper preparations will be =do, and adequate facilities provided, to protect the subject against all foreseeable possibilities of Injury, disability, or death. This Includes but is not limited to hospitalization and medical treatmen as may be required. In additions all apparatus and Instruments necessary to deal with likely emergency situations will be avallables (13) Bumon subjects will have no physical or mental conditions which will sake participation more hazardous for them than It would be for normal healthy persons, unless such condition In a necessary prerequisite for the particular study Involved. In any such cases the use of human subjects with such pre-existing conditions must have been specifically described and justified In the scope of the work to be performed under this contract. (14) The scientifically qualified person conducting the study. and each amber of his research teams will be prepared to terminate the subject's partici- patlon at any stage If he has reason to believe, In the exercise of the good faith, superior skill, and careful judgment required of him, that continuation In likely to result In Injury, disabilitys or death to the human subjecte (c) The Contractor* before permitting any person to participate as a human subject, whether at risk or not, @hall Insure that the following minimum conditions are complied with: (1) Legally effective informed consent will be obtained by adequate and appropriate methods in accordance with the provisions of this clause. (2) All consent suet be voluntary. It must be the imowing consent of the Individual or his legally authorized representative, so situated as to be able to exercise free power of choice without there having been any use of force, fraud, deceit, duress, constraints coarcions or lawful or improper inducement. The ele- ments of Information necessary to such consent Include: . (1) A fair explanation of the procedures to be followeds and their pu.rposes, Including Identification of any procedures which are experimental. (11) A description of any attendant discomforts or risks reasonably to be anticipated. (continued) se A '0' Approved Fo@ Release 2003/09/10 : CIA-RDP96-00792R)00100140058-9 Contraci'ftA903-81-C-0292 Modification P00002 (New Contract No. MDA908-81-c-ooo4) Page @" of 5 (III) A description of any benefits reasonably to be anticipated. (Iv) A disclosure of any appropriate alternative procedureq that aight be advantageous to the subject* (v) An offer to answer any questions concerning the procedure. W) An Instruction that the subject Is free to revoke his consent and to discontinue participation at any time without prejudice to himself. (d) Exculpatory language through which the subject is made to 4nive, or appear to waives any of his legal rights# including any release from liability for negligence, Is prohibited. (e) Prior consent by a subject or his legally authorized representative shall be obtained In all cases. Such consent shall be In writing whenever it is reasonably possible to do so. The consent form my be read to the subject or his legally authorized representative, but In any event he or his legally authorized representative must be given adequate opportunity to read It and to ask questions they might have. 7bis consent form should then be signed by the subject or his legally authorized representative and by a witness not directly involved In the study, Oral consent my be used only when It has been specifi- cally described and justified In the scope of the work to be performed under this contract or approved In writing by the contracting officer* Men so author- Ized and used, oral consent Is subject to all the same standards as apply to written consent, except that the signature of the subject or his legally author- Ized representative Is not required* (f) Prior to conduct of the studylp the contractor shall submit for approval to the contracting officer a detailed description of the means by which Informed consent will be obtained, to Include any forms to be used. Upon completion of the study, the contractor will submit to the contractIng officer detailed report demon- strating compliance with paragraph (c), to Include copies of the written consent If such was obtained. (g) The Contractor shall not undertake to conduct either the clinical pharmacology or clinical trails of an Investigational drug unless this contract contains the clause entitled "Clinical Study of Investigational Drugs** (h) Prisoners of war will not be used under any circumstances. F. Add the following as paragraph H.10 of the contract: H-10 All persons participating as human subjects, as defined by paragraph H.9(a)(2) hereof., shall be known to possess the abilities and qualities which will be observed and analyzed during the conduct of this contract. Approved For Release 2003/09/10 : CIA-RDP96-00792ROO0100140058-9 Approved Fojr Release 2003/09/10: CIA-RDP96-0079-2@Y00100140058-9 Contract No. MDA903-81-C-0292 Modification P00002 (New Contract No. MDA9o8-81-c-ooo4) Page 5 of 5 G. Military security requirements in the performance of contract MDA908-81-C-0004 as modified shall be maintained in accordance with the revised DD Form 254 attached hereto. The highest classification involved in the performance of this contract as modified is TOP SECRET. H. SGFOIA2 Approved For Release 2003/09/10 : CIA-RDP96-00792ROO0100140058-9 Approved For Release 200:34M&;Cffl,~fM?§,pNNR000100140058-9 PCO; DA,. Defense Supply Service-Washington, Room ID245, The Pentagon, Washington, DC 20310 Agent/Specialist Sidney M. Koss Date JUN wl Telephone: Area Code 202- 694-4577 PIIN: MDA903-81-C-0292 Modification Number TO COPY ADDRESS NO. 01 SENT COPIE! SRI International 1. Contractor X 333 Ravensworth Avenue Menlo Park, CA. 94025 DCASMA San Francisco 2. Admin Contracting Officer X 1250 Baybill Drive 5 San Bruno, CA. 94066 DCASR Los Angeles 3. Payment Offite X P.O. Box 45011 1 Los Angeles, CA. 90045 14. Pre-Certification Office Defense Contract Audit Agency' 5. Auditor X 298 So. Sunnyvalle Avenue, Suite 103 1 Sunnyvalle, CA. 94086 6. COTR except DARPA Bureau 1001 X c/o amL rn'r7rn=1na J, 1 1 333 Ravensworth Ave. SG1J Menlo Park, CA. 94025 .7. Consignee SG1J !8. Other - DAR 20-401 X Derense intelligence Agency WashinRton, D.C. 20301 -9. Supply Coordinators A. All Bureaus Except DARPA X 1002 2 B. Bureau 1001 - DARPA DARPA, Mgmt Into Sys, Architect Bldg, Rm 839 A or B) LCOMPLETE 1400 Wilson Blvd, Arlington, VirAinia 22209 , 10. Station.Code (Cite "S" Code) X 503744 DSS-V0 Poliiq & Procedures Branch Room k245 11. ReRorting P&P X The PentaSon, Washington, DC 20310 DSS-W, Offic-e-Deputy Director for Acquisition 12. Reporting: DD 1057 Room lE2_30j The Pentagon, Washington, DC-20310 , DSS-W, Financial Mgmt, Room IE231, The Pentagon 13. Bureaus: 8000 thru 8999 Washington, DC .20310. Informa-tion Mgmt & Financiil,.O@iraiions Office. 14. System Update X Room IE243, The Pentagon, Washington, DC 20310 15. PCO Contract File X DSS-W, Room 1D245, Pentggon, Washington, DC 20310 1 Biocks -x- are manaatory DistrIbution xevisea jan aj oig&RLTY96-00792ROO0100140058-9 Approved For Release 20031JR1 CIP A Approved For Release 2003/09/10 : CIA-RDP96-00792ROO0100140058-9 DEPARTMENT OF DEFENSE 1 1. THE REOUIREMENT@ OF THE DOD INDUSTRIAL. SECURITY MANUAL CONTRACT SECURITY CLASSIFICATION SPECIFICATION APPLY TO ALL SECURITY ASPECTS OF THIS Top Secret EARANCE REQUIRED IS. FF T C . ORT. L E HE FACILITY THIS SPECIFICATION 3. CONTRACT NUMBER OR OTHER IDENTIFICATION NUMBER 4. DATE TO BE S. THIS SPECIFICATION IS: IS FOR: (PrI e contracts must be shown COMPLETED (See "NOTE" below. If Item b of c I& dfx"r.. formll subcontracts) (Estimated) alRo enter date for Item a) a. a. PRIME CONTRACT NUMBER 0. a. DATE x PRIME CONTRACT MDA903-81-C-0292 82 Apr 05 x ORI GIN AL (Oomplete date in all cases) 81 Apr 06 b_ SUBCONTRACTI'llse Item b. FIRST TIER SUBCONTRACT NO. b. b. REVISED (supersedes tEVISION NO. DATE 15 for subcontracling beyond second liei) all jor -ap C- REQUEST FOR BID. C. IDENTIFICATION N C. DUEDATE C. DATE REQUEST FOR PROPOSAL = FINAL OR REQ FOR QUOTATION 6. Is this a follow-on contract? 1] Yes No. If YES, complete the following: -.DNA001-78-C-0274 b. c. Accountability for classified material on preceding contract PRECEDING CONTRACT NUMBER DATE COMPLETED 1-1 Is is not, transferred to this follow-on contract. 7a. Name. Address & Zip Code of Prime Contractor b. FSC Number C. Name. Address & Zip Code of Cognizant Security Office SRI International DCASR Los Angeles, ATTN: Directorate of 333 Ravenswood Ave 0,4025 Industrial Security, 11099 S. La Cienga Menlo Park, CA 94o25 IBlvd., L s Angeles, CA. 90045 So. Name, Address & Zip Code of First Tier Subcontractor b. FSC Number c. Name, Address & Zip Code of Cognizant Security office 94s. Name. Address & Zip Code of Second Tier Subcontractor, or b. FSC Number c. Name, Address & Zip Code of Cognizant Security Office facility associated with IFS, RFP OR RF9 When actual performance is at a location other then that specified, identify such other location in Item 15. l0a. General identification of the Procurement for which this specification applies b. DoDAAD Number of Procuring Activity S&T Intelligence Study/Analysis identified in Item 16d. W74VBH c. Are there additional security requirementS established in accordance with paragraph 1-114 or 1-115. ISR? C3 Yes M No. If YES, identify the pertinent contractual documents In Item 15. d. Are any elements of this contract outside the !nspection responsibility of the cognizant security office? F-1 Yes Qa No. If YES, explisin in Item 13 and identify specific areas or elements. 11. ACCESS REOUIREMENTS YES No ACCESS REQUIREMENTS (Continued) YES NO a. Access to Classified friformstlon Only at other J. Accemsto SENSITIVE COMPARTMENTED INFORMATION. contractor/Government activities. k. Access to other Special Access Program information b Receipt of classified documents or other at rial (Specify in Item J3). X . m e for reference only i*n& generatinn). x 1. Access to V. S. classified information outside the U. S. Panama Canal Zone, Puerto Rico. U. S. Possessions X c. Receipt and generation of classified documents x and Trust Territories. or other material. m. Defense Documentation Center oi- Defense information Analysis Center Services may be requested. x 4. fobrication/Modification/Statage of classified hardware. X a. Graphic arts services only. X n. Classified ADIP processing will be involved. f. Access to IPO Information. o. REMARKS: g. Access to RESTRICTED DATA. r DOD DIR 5200 17 . h. Access to classified COUSEC Information. DOD DIR 520O.lR i. Cryptographic Access Authoritatlan required. x 12. Refer all questions partaintrig to contract security clessUication specification to the official named below (NOPJIFALLY, thru ACO (Item Usk EMERGENCY, direct with written record of inquiry and response to ACO) (thru prims, contractor for subcontracts). a. The clil4stfication guidance contained in this specifice9oft otteeNments referenced herein Is complete and adequate. b. other C. Activity name. address, Zip Code. taigo"ne number am xmce -ay"o; Defense Intelligence Agency I and ATTN: DT-1A Veputy uIrectorate wr I I it . SG1 D.C. 20301 Technical Intelligence W.-shingtoniii - Defense IntrJ119099 An Q4 SG1J A NOTE: Original 5p*clffcxt10hj4Wd0TAIK'-fA glwdgf Sb and c) are L86,200,37MUCI4 @AVRJT_71_0 : - 1 I authority fm contractors go remark the ro#ro"d cloasifled Antematlea. Such the provisions 7 ot the Industrial Secuirlty Wainuit. Approved For Release 2003109/10 CIA-RDPb6-00792ROO0100140058-9 13g. information pertaining to classified c on tracts or evrn though such Information Is considered unclassified. #hall not be released for p ublic proj:c1&: , , dissemination except as provided by the Industr &I S curi y Manual (paragraph 50 and Apper?dix IX). b. Proposea public releases &hall be submitted for approval priar to release r Direct Through (Specify): Public Release of SCI is not Authorized. to the Directorate For Freedom of Information and Security Review, Office of the Assistant Secretary of Defense (Public Afl*lre) 0 for review in accordance with paragraph 5o of the Industrial Security Manual. 0 In the case of non-DoD User Agencies, see footnote, parag,aph 5o, Industrial Security Manual. 14. Security Classification Specifications for this Sol Ic It at Ion 'Contract are identified below (04X" Applicable box(es) &A supply aetachmenrg as required). Any narrative or classification guide(s) furnished shall be annotated or have information appended to clearly and precisely Identify each element of Information which requires a classification. When a classification guide Is utilized, that portion of the guide(%) pertaining to the specific Contructuffil effort may be extracted and furnished the contractor. When a total guide(*) is Utilized , each individual portion of the guide(%) which pertsins to the contractual effort shall be clearly Identified in Item 14b. The following information must be provided for each item of classified information Identified in an extract or guide: (1) Category of classification. (11) Date or event for declagsification or review for declassification, and (111) The date or event for downgrading (it applicable). The r4ficial named in Item 12b, is responsible for furnishing the Contractor Copies of All guides and changes thereto that are made a part of this specification. Classified Information may be attached or furnished under separate cover. a. A completed narrative is (3) 0 attached. or (2) D transmitted under separate cover and made a part of this specification. J b. The following classification guide(%) is made a part of this specification and IS (1) (-'3 attached, or (2) 0 transmitted under separate cover. (List guide& under Item 15 or in on attachment by title, reference number and date). c. Service-type contract/ a ubc ontrac t. (Specify Instructions in accordance with ISR11SMo as appropriate.). r-3 d. 11X" only it this fit a final specification and Item 6 is a 461,10" answer. In response to the contractorge request dated retention of the Identified classified materiel Is authorized for a period of 0e. Annual review of this DD Form 254 1& required. it 6,X'd", provide date such review is due: 15. Remarkl(Whenever possible, Illustrate proper classification, dectassification, and it applicable, dowriltrading instructions). a Th s contract requires access to SCI. The Defense In elligence Agency has exclusive security responsibility for such information released to the contractor or developed under this contract. DIAM 50-5 provides the necessary guidenace for physical, personnel and information security measures and is a part of the security specifications for this contract. DCASR is relieved of responsibility for all SCI material or information released to the contractor under this contract. b. Foreign national employees of the Contractor or subcoiltractor(s) are not authorized access to classified information resulting from or use in the performance of this Contract. c. The Contractor shall notify the COTR in writing no later than five (5) days after receipt of the contract of the following infomation regarding the individuals assigned to work on this contract. Name l 2 Date and Place of Birth i @ 3 Social Security Number (SEE CONTINUATION SHEET) l6a. Contract Security Classification Specifications for Subcontracts Issuing from this contract will be approved by the Office named In Item 169 below, or by the prime contractor. as authorized. This Contract Security Classification Specification and attachment& referenced herein we approved by the User Agency Contracting Officer or his Representative named In Item 16b below. I REQUIRED DISTRIBUTIONs b. ad name wA title of apploving official Eed n jond,111, of approving 0111,184 Cl primo Contractor atom 74) SGIJ El Cognizant Socurity Office (7tem 7C) 10 AdministratIV& Contracting Office (Item jile) c M Quality Assurance Representative Subcordractor gf*in 8a) of*. 0.) d. Approving offigialln activit""I" Defense Intelligence Agent prorraw/project Maneffer (le- 126) Washington, D.C. 20301 U. 8. Actlvfty Responsible for Overseas Security Administration ADDITIONAL DISTRIBUTION- Name. eddretiss and Zip Code of Admististrative Contracting Office cg Ts-TS-4a DCASMA San Francisco 54 rt@ss Approved For Release 2003/09/1 o Cl 1250 Baybill Drive [ 0 A fiWPfifi*W39§A80oV60§hn_j;,q_a Approved For Release 2003/09/10: CIA-RDP96-00792ROO0100140058-9 DD Form 254 (Continued) (4) Certification of clearance investigation and clearance, date clearance granted, and name of agency granting clearance.* c. Final classification of the information generated under this Contract is the responsibility of DIA (DT-lA). Information generated under this Contract is subject to the guidelines contained in DoD Regulation 5200.1R, dated 2 November 1978, which implements ED 12065 which became effective I December 1978. Technical reports classified as high as TOP SECRET SI/SAO will be provided the Contractor by DIA and other DoD activities, and other DoD contractors for use in connection with this Contract. These reports may be retained for the duration of this Contract unless no longer needed. Upon termination of this Contract, the reports shall be returned to the sender (if required) or destroyed in accordance with current security regulations. If these documents are to be retained beyond the ending date of,this eontract, written justification must be forwarded to and authorization given by the Contracting Officer. e. All copies of final documents generated by the Contractor under this Contract will be transmitted to DIA (DT-lA) for . dissemination to the Grill Flame Committee. No other distribution is authorized. f. Use of the ARFCOS system is required. Approved For Release 2003/09/10: CIA-RDP96-00792ROO0100140058-9 A