'I',,., P, iP. 11-1,,@,@,, r Approved For Release 2003/09/16 CIA-RDP96-00788ROO1700280015-9 V, ZS%6 E C'#"R ET STATEMENT OF WORK: PSYCHOENERGETICs (THREAT TO US AND POTENTIAL APPLICATIONS) C10301114ad by-@@ @1 Dealassity Extandad by .. R"so 00%, ru*k Approved For Relhva4 a 2Fl RDA9-q6M&M0'iD@EW11,4+1 61N T Approved For Release 2003/09/16 CIA-RDP96-00788ROO1700280015-9 kc,%) E U, E T STATEMENT OF WORK: PSYCHOENERGETICS (THREAT TO US AND POTENTIAL APPLICATIONS) 1. General The objective of this ef-fort is to investigate in (Jetail certain psychoenergetic phenomena that have potential military applications. Emphasis will be on evaluating application potential and limitations of such phenomena, and to 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 repeat- abi'lity of the phenomena. 2.0 Specific Tasks (FY 81) 2.1 Train two selected Army personnel in the remote viewing technique. 2.2 Determine if speech and auditory analysis techniques can be used to calibrate descriptions provided during operational,remote viewing sessions. 2.3 Train one Anuy designee o n tracking techniques. 2.4 Initiate studies to determine if physiological monitoring can be used to calibrate aCCUracy of descriptions provided during operational remote viewing sessions. 2.5 The following tasks will be performed to assist in evaluating foreign work: 2.5.1 Simulate and evaluate foreign remote viewing investigations. 2.5.2 Describe 'the potential to remotely view secure facilities, examine potential for communications, explore resolution ability, resolve alpha-numeric targets. 2.5.3 To evaluate the potential of remote viewing as a threat to US security and to avoid technological surprise the following tasks will be accomplished. 2.5.4 Determine if classified data can be accessed, and deterTnine the limitations of remote viewing. Approved For Release W:iiog)*e:,C%ET96-00788RO017001WWRE 3 (S-1922/u'r-i) Approved For Release 2003/09/16 : CIA-RDP96-00788ROO1700280015-9 E C trF,\%-# E 2.6 The following task will be undertaken to explore the applications potential of remote viewing: 2.6.1 Evaluate the use of remote viewing to locate target objects or people. 2.6.2 Evaluate the use of remote viewing for event detection and to -locate events. 2.6.3 Evaluate the use of remote viewing for vectoring or tracking. 2.6.4 Evaluate the use of remote viewing to detect the presence or absence of -targets. 2.6.5 Evaluate the potential of camouflage, concealment and deception as countermeasures to remote viewing. 2.6.6 Investigate the effects of the following variables on the reinote viewing phenomena. (a) accuracy. (b) degree of resolution, (c) affect the sensory inputs (feel, smell, touch, etc.) 2.6.7 Other areas relating directly to the application of the phenomena to operational targets would include (a) methods of enhancements, (b) targeting aspects (coordinates, other abstracts, places names, etc.), (c) potential data errors, (d) training and selectiun of sensors. 2.7 Determine remote viewer capability to do the following: SG1 A 3.0 Specific Tasks (VY 82) 3.1 'The impact of the most critical variables affecting remote viewing will be further investiqated. Approved For Release 2003109116 CIA-RDP96-00788ROO1700280015-9 r-.) row ar be quick reaction tasks levied on the contractor. These will generally be of high priority and from high levels and therefore, Should receive prompt attention. Approved For Release 2003/09/16 CIA-RDP96-00788ROO1700280015-9 E T 3.2 Remote viewing will be applied to operational targets and the results evaluated in regard to accuracy, timeliness, types of target and size of target. 3.3 Work on contermeasures will be continued and the detection of remote viewers at the target will be attempted. 3.4 Apply knowle ge gained in FY 81 SG1 SG1A I to real operat onal targets. Adaitional A "d5KS '10 87 111 1 be issued in the last quarter of FY 81 and will be based largely on results of work done in FY 81. 4.0 Specific task (FY 83) Additional Specific task for FY 83 will be issued in the last quarter of FY 82 and be largely determined by the results of work in FY 81 and 82. 4.1 Many of the factors that enhance or inhibit various psychoenergetic phenomena will have been explored during the first and second year concerning applying the phenomena to operational and intelligence targets. During the fiscal year the emphasis will be on incorporating and integrating the phenomena into the intelligence process. 4.2 Select-ion and training criteria for remote viewers will be 'Fully developed. 4.3 Interpretation of data derived from the remote viewing by intelligence analysts. 4.4 Ways to integrate remote viewing data into the intelligence cycle will be developed. 4.5 Ways and means of incorporating remote viewing phenomena into military operations will be investigated. 5. Specific Requirements 5.1 Approximately thirty-three (33) percent of the overall effort Should be directed to satisfying tasks on analytical techniques and -training subjects. 5.2 Approximately thirty-three (33) percent of the overall effort should be directed to satisfying tasks on evaluation of foreign work and specific intelligence assessments. Approved For Release 200iSfOARP!2-(ffd788ROO1700280015-9 3 44 iZAW Approved For Release 2003/09/16 CIA-RDP96-00788ROO1700280015-9 ET 5.3 Approximately thirty-three (33) percent of the overall effort should be directed to satisfying tasks on the applications potential of remote viewing. 6. Security Requirements: The overall classification is Top Secret. SI/SAO billets at these access levels will be required by three 00 personnel. 7. Deliverables: The contractor shall'provide the following. V 040, 7.1 Monthly status reports to include major accomplishments, ) &I problems encountered and -fiscdl status. 7.2 Quarterly 'rechnical Reports to highlightaccomplishments and detail progress on the task designated for examination during the quarter will be completed by the contractor. 7.3 A final report at the conclusion of the contract will be submitted. 8@ The principal Contractor Monitor will be the single point of contract for both the contractors and participants. He will interpret the requirement to the contractor and interpret and provide tfi*e`"@@ts to the funding participants. ..... ---,I /t.L m. - 1,,.AJ 4, U all, R 17T Approved For Release'2003/09/16 CIA-RDP96-00788ROO1700280015-9 4 M I L E S T ONIM 2.0 Specific Task for FY 81 3.0 Specific Task for FY 82 4.0 Specific Task for FY 83 *a. WW zv Approved For Release 2003109116: CIA-RDP96-0078BROO1700280015-9 MISCELLANEOUS ITEMS APPROXIMATE STARTING DATL: Upon receipt of contract award. A contract of 36 months' effort is anticipated with deliveries as follows: MONTHLY STATUS REPORT: Four copies shall be submitted to the Primary Contract Monitor no later than 10 working days after the first of each month, for the prior month, throughout the contractual period. The initial report is due within 10 days of the first of the month following the award of the contract. PROGRAM PROGRESS BRIEFINGS: Briefings shall be of an informal nature and shal'i be held at the end of each quarter. Specific time and place to be deter- mined by the Contractor monitor. The contractor shall furnish copies of informal charts, viewgraphs and other aids as may be needed. The informal briefing shall consist of a contractor presentation and informal discussion among contractor, fui@dinq agencies and other government personnel as appropriate. QUARTERLY TECHNICAL REPORTS (Draft): Five copies to the COTR by the start of each quarter for each of the specific sub-tasks. The principal will provide comments within 15 working days. FINAL TECHNICAL REPORTS: Fifteen copies to the COTR no later than 30 days after receipt. of coinments on-tedhnical report draft. FINAL REPORT: Ten copies and camera ready reproducible master shall be submitted to the COTR 30 (Jays after receipt of DIA comments. QUICK REACTION REPORTS: As required. Two copies will be delivered to the co,rR. Approved For Release @2003109'/l 6' C'IA-RDP96-0078BRO01 700280015-9 Approved For Release 2003109116: CIA-RDP96-0078BROO1700280015-9 GOVERNMENT FURNISHED PROPERT@LLQO@PMENT Government furnished property or equipment to 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 in Vashington, D.C., and such other related intelligenc OV (I facilities as may be necessary will be arranged by the DIA contract 00 0 1 rponi tor. WVA JNSPECTION AND ACCEPTANCE Inspection, acceptance, and delivery of reports will be at the Defense Intelligence Agency, ATTN: DT-lA. Wd-,hinatnn- D-C-- 9 SG1J Contract Monitor will bel Acceptance will be based on a determination by the Contracting Officer's Technical Representative (COTR) that the contractor is perfoming in accordance with the tasks specified in the Statement of Work. TECHNICAL PROPOSALS A technical proposal will be required, The originating office requires tile contractor to provide an addendum to any information required by the contracting officer which details the contractor's methodology, schedule, arid manpower loading in meeting the contractual requirements. Such information should be submitted to DIA/DT-lA for evaluation prior to negotiations. OTHER The classification of the contract is SI/SAO. Reports issued under this contract shall contain the following acknowledgements: This study was supported and monitored by the Defense Intelligence Agency of the Department of Defense under Contract No. 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. Approved For Release 2'003/09/1S,: G-1A?ZT6-00788R001700280015-9 Approved For Release 2003/09/16 CIA-RDP96-00788ROO1700280015-9 .wm OFO% .00 1 ,." R ET FUNDING FY 81 - 450K FY 82 - 450K FY 83 - 450K E16-00788ROO1700280015-9 Approved For Release aEC- EN, n Approved For Release 2003/09/16 CIA-RDP96-00788ROO1700280015-9 ŪrA 4 \ ET ATTACHMENT 1 CONTRACTOR REPORT CONTENTS A. Monthly Status Report 7V 91 04 The Status Report shall be in letter form and, generally, should not exceed three (3) pages in length. Its primary purpose is to inform 'the contracting participants of significant events, accomplishments. and problems associated with the progress of work. The report shall represent a narrative summary of the work underway and shall be prepared to address 'the topics outlined below. Any of the topics below may be covered noting such comments as "none", "not applicable", or "no significant change" when appropriate. (The report shall not be used to document technical progress or contain technical charts, graphs, or formulas. Such data belong in technical reports.) RESEARCH PROGRAM PLAN. A brief statement of the program's obje~fi;-v-L-~--~-6d-fhe-P'Fan--f6r research shall be included under this topic. MAJOR ACCOMPLISHMENTS AND SIGNIFICANT EVENTS. A brief description written in nontechnical !FHi-s, of-a-hy-ri-n--d'i-ngs or -accomplishments that should be brought to the attention of the contracting agency or DIA management shall be included under this topic. The accomplishment of major milestones or the occurrence of technological breakthroughs shall be reported. Q PROBLEMS ENCOUNTERED. This topic shall include difficulties which have TfFe-ct62-,W76-uTd-'Tffect, the progress of the work. These would include problem areas of management significance such as: personnel, facilities, contracts, funds, strikes, disasters, etc. Significant problems of the technical nature shall also be included, in brief, nontechnical terms. FISCAL STATUS. 1. Amount currently provided for contract. 2. Expenditures and commitments to data. 3. Estimated funds required to complete the work. 4. Estimated date of completion of work. ACTION REQUIRED BY THE CONTRACTING AGENCY. Generally this topic u-1- will inc ude assis ance required in resolving "Problems Encountered." i0ei,09,A. 6) UDP96-00788ROO1700280015-9 Approved For Rele Approved For Release 2003/09/16 CIA-RDP96-00788ROO1700280015-9 F7' FUTURE PLANS. A brief statement of any significant change which is planned in the course of the work or any new item considered to be of interest to management shall be included under this 'topic. B, TECHNICAL REPORTS. 1. These reports will present a concise and factual discussion o-f technical findings and accomplishments during the period. The report should be of technical publication quality, including appropriate subject matter reference. 2. Each Technical Report will include a report summary. This suumiary, prominently identified, should normally riot 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. The requirement for careful preparation cannot be overemphasized as this sumniary 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. Where appropriate, references should be made to more detailed sections of the report in order to guide those who may be prepared to spend the additional -time required to develop a more complete and professional understanding of the accomplishments. The report summary should include the following information for each major portion of the work: 1. Technical problem. 2. General methodology (e.g., literature review, laboratory experiment, survey, field study, etc.). 3. Technical results. 4. Implications for further research (if any). 5. Special covwnents (if any). Approved For Release il~c:)"'WA96-00788ROO1700280015-9 Approved For Release 2003/09/16 CIA-RDP96-00788ROO1700280015-9 A,%; --N MIPR CONTROL PROVISIONS AND GUIDANCE 1. Funds cited may be used only for the project delineated in the attached statement of work. 2. It is estimated that for this project $450K per year for three years is required. 3. The total MIPR estimate shall not be exceeded by the purchasing office. 4. Changes in purpose, scope or desired results from those delineated I in the attached Statement of Work must be approved by the Primary Contractor Monitor. 5. The primary Contractor Monitor for this project is: SG1J Q Approved For Release ivw447:WLFLL)Fpb-UUlts8ROO1700280015-9 VA Approved For Release 2003109116: CIA-RDP96-00788ROO1700280015-9 0 011 NOVEL INTELLIGENCE COLLECTION TECHNIQUE (U) JUSTIFICATION FOR SOLE SOURCE PROCUREMENT WITH SRI INTERNATIONAL 1. (C) Sole source procurement must be initiated for the award of the contract to SRI International of Menlo Park, CA, for FY 1981. 2. (S) In order to fulfill the objective of this Statement of Work, the contractor is required to have a high degree of technical competence in the analysis and evaluatlon of advanced threat techniques. There is no doubt that SRI has the background and expertise desired for the specific advanced threat of interest. SRI is a recognized leader in this particular field of analysis and evaluation, and has performed similar work for other US Government agencies over the past few years. Their previous work, under Contract DNA 001,-78-C-0274, will form a highly meaningful data base which will greatly enhance the value and effectiveness of this contractual effort. 3. (C) 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 uneconomical to acquire and develop. To acquaint a new contractor in this area of expertise would require Several years simply to achieve'the present level of expertise and competence possessed by SRI. 4. (C) The performance of SRI on similar DIA 'Army and Air Force contracts in FY 1976, FY 1977, FY 1978, FY 1979, and FY 1980 is judgO as outstanding, fully justifying them as a sole source. The SRI researchers Implemented numerous innovations to maximize output of these prior year contracts, and were able to utilize additional resources at SRI without added cost to the Government. 5. (C) The capabilities and characteristics delineated above, especially the SRI- funded development of sources and data base, ensure that SRI International alone has the qualifications to satisfy the requirements set forth in the-'Statement of Work, especially within the compelling time frame of this contract. Approved For Relea P96-00788ROol 700280015-9 SMWMEMAE @ 1*4 V" '-w - Approved For Release 2003/09/16 CIA-RDP96-00788ROO1700280015-9 DIA LOGISTICS/SUPPORT PLAN SG1J Novel Intelligence Collec- PROJECT TITLE tion Techniques PROJECT SPONSORI ELEMENT DT_ IA TELEPHONfL ....... ...... SG1J A. EQUIPMENT MAINTENANCE PLAN, Support Element: RTS-6 1. Internal Maintenance a. Personnel b. Training (No equipment required. This is exclusively a study contract.) c. Spare Parts d. Maintenance Facilities e . Test and Support Equipment f. Technical Data 2. Contractor Maintenance a. Periodic prevention maintenance and repair b. On call maintenance only B. SUPPLY SUPPORT, Support Element: RTS-6 (No supply support required.) 1. Consumables (Include complete description and estimated cost.) a. Source b. Expected Usage c. Lead Time d. Cube of required stocks 2. Equipment Storage Approved For Release IW/09/16: CIA-Wopi6-00788ROO1700280015-9 Approved For Release 2003/09/16 CIA-RDP96-00788ROO1700280015-9 C. EQUIPMENT TRANSPORTATION HANDLING, Support Element: RTS-6 (No equipment required, this is exclusively a study contract.) 1. Weight and dimensions of equipment/furniture 2. Destination buildings and rooms 3. Expected delivery date(s) D. FACILITIES, Support Element: RTS-6 (No Government facilities utilized.) 1. Utilities and dates required (power, water, air conditioning, telephone other.) 2. Space and construction requirements and dates required 3. Location 4. Physical security 5. Health, environmental and safety implications E. PERSONNEL AND TRAINING, Support Element: RPM-1 (No DIA personnel involved other than contract monitor.) 1. Number of civilian and military personnel involved 2. Type and explanation of changes desired a. New or revised civilian positions,(No new positions required.) b. New or revised military positions 0 3. Required training civilian and military personnel a. Internal b. Contract 4. Personnel relocations a. Work site locations involved b. Travel and transportation (TDY/PCS) F. INFORMATION SYSTEMS, Support Element: RSO (No ADP equipment required.) 1. Systems concept including milestones 2. Software requirements a. Systems design/development b. Systems engineering c. Data base/appl i cations Approved For Releas tF96-00788RO01 700280015-9 eS (E PC R 1 nF.- I Approved For Release 2003/09/16: CIA-RDP96-00788ROO1700280015-9 3. Hardware a. Mainframes b. Front end processors c. TermInals 4. Required funding a. Hardwar@ 0) R&D (2) Procurement (3) O&M b. Software (1) R&D (2) O&M G. PUBLICATIONS AND GRAPHICS, Support Element: RTS-5 1. Publications (None required. All provided by contractor.) a. Number of publications and textual pages peC publication needed b. Processing time allowable for each publication c. Number of maps, photographs, illustrations for each publication 2. Briefings a. Number and length of separate briefings to support project b. Security classification of briefings H. COMMUNICATIONS, Support Element: RCM (No communications equipment used.) 1. System concepts 2. Hardware requirements a. COMSCC equipment b. Communications equipment c. Installation materials 3. Responsibilities/tasks 4. Funding ,..,DE(,, 3 Approved For Release 2003/09/16 CIA-RDP96-00788ROO1700280015-9 Z C ET 5. Life cycle support 6. Training requirements 7. Tools and test equipment 8. Manning % Doc umenta t i on 10. Security classification T. PROCUREMENT PLAN, Support Element: RTS-6 (Include complete description and estimated cost.) (No procurement required.) 1. Equipment, furniture, administrative equipment (copying equipment, type- writers, etc.) a. Competitive sources b. Required delivery schedule C. Installation of equipment d. Initial spares and components J@ SECURITY SERVICES, Support Element: RSS (DIA/DT COTR will have security cognizance.) 1. Security clearances and security classification-guidance 2. Pl@ysical security a. Monitor security during developmental phases b. Other physical security requirements 3. Safeguarding information/documents (Material to be secured in existing vaulted area by contractor.) 4@ Contractor security a. Required classified storage (S1/SA0 vaulted area) (Existing) b. ARFCOS mailing address (N/A) c. Access to classified data files (to be furnished by COTR) d. Authority to publish codeword documents (Codeword studies to be furnished by COTR) e. Courier authority (Not allowed) f. Required access to classified information by contractor personnel not directly involved in program, e.g., management, marketing, purchasing personnel Approved For Release 2003/09/16 : CIA-RDP96-00788ROO1700280015-9 ,,-% @ r-% r@ -T- 6EGN-11-.1 ' &N mv W AA M Approved For Release 2003109116: CIA-RDP96-0078BROO1700280015-9 5. TEMPEST Security (DIAR 50-31) (Not applicable. This is a study effort enly.) a. Provide TEMPEST and RED/BLACK engineering guidance. b. Assist and support Directorates in developing TEMPEST requirements for inclusion In procurement specifications c. Review equipment/system procurements to insure inclusion of TEMPEST requirements, d. Arrange and monitor DIA TEMPEST tests e. Accredit equipment/systems which are in compliance with the National Policy on Control of Compromising Emanation K. CENTRAL REFERENCE, Support Element: RTS-2 (No effect on existing support provided to DIA/DT.) 1. Acquisition 2. Storage and retrieval 3. Translation 4. Dissemination C-N ;-(;.I N _@6-00788RO01 700280015-9 Approved For Release 200 --jQP 4"4:) cc H @'.- I Approved For Release 2003109/16: CIA-RDP96-0078BROO1700280015-9 r'x m 4- .7,1 DIEP A "4!M-. Wl DEFfMSLP SEr-UNIT', MANIJAL .1h C T SECVRIT CLASi!OICATIOH SPECIFICAT!0@1 APP,, T:) &LL L41r F 4@;'LiTv CLS ikANZ C A_@QIJIFIK .$I C) T P fA C T Wo 4 9 E 014 C T,4 1@ 4 tbrN ri w I -A '10K '.JMA@:Jrt 0 AT E T 0 E) E '5 i (Pfirr* L' @nt,'A@ 13 FrUS: !)@ 111DAY1 @ C, 4 P L E 'r Er V '51,1 bortnw. If III if C ila -X-0--. V>r Wt 01 1 oetter date for ii*m a) a. P ri 1 -.19 1: T su V a V. fq X x dare In M __L____'__.____.________ t' co' I C to t' cop, - n 4 C - '4 0 2 C 3 iff, A r.W 44 F. EST FOR 0': I0rLNTI0`IfA-;01J PJ I^11BER C. V'J5 DATF. RVrj1Jf%T Plop !:)-an Contract ye" N Q . It Y@@S. compl-te the 1,11owing: DNA001 -78-C-0274 __13 APR 79 c Acc.uwabi lily for cln4s@:fied rnalarlot on pt*c*dlng 'ContrAct N @JVPJDMA DATr COMPLCTEO IX is t- . is not. tl,xnq!*rr*d to this conlra --r-Ant se- Office, I, !I*&&* & 2&p Code ci Prime Contr4ctof b. FSC Number C. No 0, AZr;., & Z41 C-do M. SRI International San Francisco, Defense Contract 333 Ravenswood Ave. Administration Services Region Menlo Park, CA 66 MalcoT 2a I Mehum, Aldreas A; Zip C,,.Iw of FLjs% Tiot Subcontractor Nswm, AcUisse & Zip Codi, of @v -vno Tiv Suli-contractor, of fActlity &a4'4t.'t*d wt?h IM. IVWV OR RFQ a Z Ip Code of CoGni Itant S*Cwily Of f Vc& b, FSC Number c. Name. A freell b. FSC Numt@r c. Nvins. Addirtirss, Its Zip Coddi, of Coguisagtt S*91110likV 9rhen acttiol Perforrho"C'r I* At a icc.,ion othvt than tl@ai sp@cifird, Identify such other location in Item 15. n.,,,.l lent %I-., 0ion of th@ for whJcb this irprCUI, 6110n Pplies S&T Intelligence Stud.v/'Analysis Identit(isd fit twor, 16d. Are there odditional Pecurt:- rezA@rv"&'nts estoblkshp,J In *ccorderice with paragraph 1.114 or I-11S. 15rk? p.rrtinrnt corItroctual dc,:un..,%r- % !!Wn 15 @.rr a,q #Iom.nz., of thAm r.&,-eut -in th- Oti:rl rrn I n,: iden, I t V spor s ACCESS RES.;'A1EMjLHTS AcQvs% to Classified 1MfAM.GTL_,n On:j- at other Rereipt arkl r,@f%rratIor 51 ctaj@tt,;v@ dmc&@(@Qtjjp atktar cnmt%rj%j. EjYss W Wo. 0 1`118, tdo-Wifir lit- X'p. &&a irt 0 ACCESS REQUIREMSHTS (Cortfinav,d> YES xc A -4. I- SENSILIV! COMP"TMENTED. INFORMATIO. x ri 7- it. x J. X m. Accese !o other Special Access Prograin infornistion (Spe city Irt Oiler. 15). ACcesll to t'. S. elzissUL&I ullermstion Outside the U. S. Portarns, Carlo.' Zone. Puerto Rico, IU, S. Pooiiosvima And Trust Top-l'orios. Defense Docume-votion Center or Defense I"Iformattoft -hard"!__ x Analysis Center Services may be requested. allied ADP procosa!nw will b* involved. Acce.q cc) RhMAkKill Access 10 PES'I'MCI SiD DATA. col'A to closoth,IJ COMSEC Woesn*tlon. Cry,ptagraphic Actaoe, Auihar@xolionf*qLliftd. 0-11 1,, c.otv,io stvurlj@ el"aftificdAt or nr@ctf["attuv t'- lh* nAled bQ',ow(.'-0KktALLV, fhou, Af7,, A(6(&rrr i4e); d're'.. k-W*n ifel"01 ArIJ . ro Xl-()@ (fh-. for .rl,. n title of- X"i '01. ,-h-nt r q @04.t 41 0:1,pr A.'t@vllv r_vt@o 6% ZIP C le"P:1hono "ordher stro oll,ve *),Mbr:.l Defense Intelligence Agency @ @ -]A ATT14:L OT rec oratie for Scienti fic and yy I Tochiliral In I I iqenct-a e Washin t 20301 SG 1 y t- SG 1 J 1:1 eA @'t 0 -IN In ereo0r-r 11700280015-9 0 9 '1 A P Q 7 1 15 C 0 '0 L. I.. E. kj.`7) T-,EiLACt'j @--,"41A -A@W!H 13 CeSlLcrL Lr@@ A* i1"1_14_,'k,1A, i", Approved For Release 2003/09/16 CIA-RDP96-00788ROO1700280015-9 o ..... ........ th '@Jjh VACh :I met I on .40 1; 'I-,t A _r,@ :at ii-A ad, *A at I itto I be relitaso rof Vialblid fo, et 1 'pr@t'j,!ed t4 thp ItAuVrial 5evur'Itir fAlmnualI (pa!y,itph 3iY,&ndA,34p' 1444 g, r0ij!' It br-tItt'd i1r Appt@-@L pr -po N E NO EXCEPTIONS F,.ir Fret-0.1r, of Ir-r`,,fr%1sh_n &nrl Security ke,,jow, 0jtj,-@ of Aislato@tv Sipret@ar :@efersv (Public A!Iaiesl for review in ,hin,r -:11@ T,wro,-u;h J,> vf 1ho I-Quitrial Sa;urlty %,januIj. Srfc;@@. .@;@n,i f,-t %Nit %ojj,!jtstjjj% 'c.,ctract are Idr,wiLiv I b,I )vv '"N" a;;!:. able and 3upply sitachcrianto as rogiuked). cwtut!'* I,r furnished shall be annmated or hIevv inferndtion ciosf!y and 91,ectselY hditntilY each element alf cif-I'matiol, requiter a i:.aaoJication. Whon A elt,iiiiiii, aIlon jaid- is uti!iztd, that 'he jvi:!o. s) pertaintrill to the specific cantrairicial r@1111( may he rx!.-a@:tvd x-@J the compactor. Whek a total gu!Av(s IF utililed, r6ch .1rj! -or..ton 3f the trAide(0 which remiss"a to the jr0ractubi iolt ri she!: be c:, w, ;Atntified in Item 14b. Th. lo',lo,kinit informatOn mus-. be pr.,%-:@#'@ f.r edch ;@em of classitied informarjon IdemVied in an *xtract of jjAri*- t 0 Cmitir-ip of c!&siiJftcatIjn, @[V Dalt vr evew for docia I'asificAtlon or review for declassifics-A.-I. and (Il!) Thtr datt 4br event for downifitoclLng offlicim: nri@#J In Item 12b@ it resporimable for furnlshinjf;)@.r contract @r ccirie& o! all guides &@J Oianges therato %hat ore made a part of this -P@CANLAttl@n@ Classified 1r.I>rrattqn may be "nechird or furntilled under separate cover, III A comVisted narrative is (1) Xj Attlech4d. or (2) E__j trartarnitted unifer separate cover and rr@adir a part of this specification. h. Th# foll@wlnff c44titificatIon guido(s) Is meidt 1i part of this tpecification and Is (1) _' attached. or (2) 0 kronsisitted tAnder &"stis cover. (Lirit A:u!dpa under Nam 15 or in an orlachmori( by flittr. releroaciii number and dait-J. c S-vic.-T)p. cowroci (Specify Inatruirfigno In Accordar@ce with aft orpropriat*.). d. 1'.x" ari!y if 1114A if a fulal opocification and Item 6 is a "NO" ons-irt, in reii,-ansv tz! the contractot's Poques,t dated oft*ntfoft 601ho LdArmjiod Classified materiflal is outhorixtird fur 0 period of v. Annual r*vi*- of this 2*." r3r= Z-54 is required. I t -Vd", pro0do date such review is duf: C-#A,8-d I'll _C0 6_011" 'd-d -C1-0-s 3-i-O i,C-h, &Z J It -Opphrab-terom"ifiroding instrur ions). Access to compr-t-mented intelligence information will be required in perforr.,ance of t@he contract work. Defense Intelligence Agency (RSS), Washington, D.C. 20301, will nxercis,,@ supervisi7.n :ver Contractor's secure areas and the material held by the -ontractor. KASR 's relieved of security supervision and inspection of compartmented intelligence matertal released to the Contractor. The Defense Intelligence Agency will WIke the necessary arr,% n9einents for security investigation and access authorization for personnel engaged in the performance of this Contract. Foreign national eiiployees of the Contractor or subcontractor(s) are not authorized access to classifie-d irfornation resulting from or used in the performance of this ..ontract. c. The Contractor shall notif y the COTR in writing no later than five (5) days after recei pt of the Contract of the following information regarding the individuals assigned to work on this con't-ract: .(I) Name (2) Date and Place of Birth (3) Social Security Number SEE CONTINUATION SHEET) contract S-eusity ClattificatLon Spociffr#t1uns to, 1q,tulnit from thj% contract will be approved by the Offict naintid In Item 116* bolow, or? hy !ht p-ims c-,ntr,,irtvjr, tt@A autnor@roei. This Contract Security C!ainificwton Sr-ocificsition and attzeliments refer@nced herein we approved boythir User A,O-,..l C,,nerictint Officer ul his UqPvvs#ntGtkv* named It, ;t1im I(Al UNIw. !,(.1UIRED DiSTRIBUTtOX: b. Typed narns and llt'@* of wPVrc,vIn9 official Pri".4 CE"waclor (Item 7A) Cognis*n, Security OffIce (Item 70 C.r.1r.cling Office (Ifrm Idt) V . . .. r@rc# RvIpre*#wAv@vt X, cel- 1, A 'it il. 5'g-lurt I 'Pr"vini A- aivl Zip C.de A, v RaQJ7.002&0=_S-@-@.! tite Approved For Release 2003/09/16 CIA-RDP96-00788ROO1700280015-9 =*YAP%; 00 Form 254 (Continued) (4) Certification of clearance investigation and clearance, date clearance granted, and name of agency granting clearance. d. Final classification of the information generated under this Contract is the responsibility of DIA (DT-IA), Information generated under this Contract is subject to the guidelines,contained in DoD Regulation 5200.1R, date& .2 November 1978, which implements EO 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 regIplations. If these. documents are to be retained beyond the ending date of this Contract, written Justification must be forwarded to and authorization given by the Contracting Officer, e. All copies of finaY -documents generated by the Con-tractor under thi-7 r.cntract, except those retained by the Contractor, will be transmitt-_: -.z DIA CDT-IA) for further dissemination. No other distribut4--n is authorized. V'm