Approved For Release 2003/09/SEQ"ETP96-00788ROO2000180006-6 STATEMENT OF WORK: NOVEL INTELLIGENCE COLLECTION TECHNIQUES (PSYCHOENERGETICS- THREAT TO US AND POTENTIAL APPLICATIONS) Classified b,-- occiessify cn ,ria"ncw 14 November 2000 DIA/DT 2-7 3 Approved For Release 200 0A-RDP96-00788R002000180006-6 M Approved For Release *2003/0 -hDP96-00788ROO2000180006-6 STATEMENT OF 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 psychoenergetic 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 the phenomena. 2.0 Specific Tasks (FY 81) 2.1 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. 2.2 Determine what is required for target acquistion (names, maps, coordinates, pictures, arbitrary labelings, simply the word "target", etc.) 1 2.3 Evaluate threat potential of foreign remote viewing - type investigations: 2.3.1 Simulate experimental results for which there is data to assess validity of the foreign research. 2.3.2 Assess military applications potential of the foreign research (or claims), particularly where a threat to US security is possible. 2.3.3 Assess feasibility of the most significant applications and evaluate limitations. Approved For Release 2003/0 DP96-00788ROO2000180006-6 L JaLW-1L t Approved For Release 2003/09/0SWAD 96-00788ROO2000180006-6 2.4 The following task will be undertaken to explore the applications potential of remote viewing, It will specifically undertake the task of developing and evaluating a training program designed to increase the reliability of remote viewing and seek to gain better data on operational targets. 2.4.1 Evaluate the use of remote viewing to locate target objects or people. 2.4.2 Evaluate the use of remote viewing for event detection and to locate events. 2.4.3 Evaluate the use of remote viewing to detect the presence or absence of targets. 2.4.4 Evaluate the potential of various camouflage, concealment and deception as countermeasures to remote viewing. 2.4.5 Investigate the effects of the following variables on the remote viewing phenomena, (a) accuracy, (b) degree of resolution, (c) Offect on the sensory inputs (feel, smell, touch, etc). 2.4.6 Determine potential of remote viewing to assess other types of information, such as specific S&T data, or function/purpose of facilities or activities. 2.5 It is anticipated that during the contract period there will be quick reaction tasks approved 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. 2 Approved For Release 2003/09/QS:-CIA-RDP96-00788ROO2000180006-6 k) L Approved For Release 2003/09/09 CIA-RDP96-00788ROO2000180006-6 1 3, Security Requirements: It is expected that a maximum of six SUSAO billets will be required to properly support the program. If and when SRI International commences work on operational situations, 'i -t is required that all personnel connected with operational matters possess the necessary clearances. 4. Deliverables: The contractor shall provide the following: 4.1 Quarterly Reports to highlight accomplishments and resource expenditures (by specific tasks the amount of funding, e 'ui pment used, Professional/Support man hours). Detailed progress on each subtask designated for examination during the quarter will be completed by the contractor. 4.2 Draft Final Report using the same format as the Quarterly Reports but covering 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 contractor 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 required by the COTR. They will be of limited scope and deal with subjects of especially high interest and/or critical timeliness. 3 Approved For Release 2003/09/'0,9-:-.C~IA--RDP96-00788ROO2000180006-6 Approved For Release 2003/09/06IR P96-00788ROO2000180006-6 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. 5.2 Draft Final Report: Five copies to the COTR within 30 days of completion of the contract. Comments will be returned to the contractor within 45 days of receipt of the draft. 5.3 Final Report: Ten copies and a camera ready master to the COTR within 45 days of receipt of the comments made on the Draft Final Report. 5.4 Program Progress Briefings: Approximately 4 per year are anticipated. Specific times and places 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. (5..3 above) . Approved For Release 2003/09/09 CIA-RDP96-00788ROO2000180006-6 Approved For Release 2003/03ffr, DP96-00788ROO2000180006-6 MILESTONE CHART: NOVEL INTELLIGENCE TECHNIQUE FY-81 ($420K) 2.0 Tasks for FY 81 2.1 $ 65K 2.2 $ 55K 2.3 $150K 2.4 $140K 2.5 $ 10K 11 r Approved For Release 2003*N%IIRDP96-00788ROO2000180006-6 Approved For Release 2003/09/09 : 4t1&[00788ROO2000180006-6 GOVERNMENT FURNISHED PROPERTY/EQUIPMENT 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 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 iaformation which details his methodology, schedule, and manpower loading in meeting the contractual requirements. Such information should be submitted to DIA/DT-lA 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 acknowledgements: This study was supported and monitored by the Defense Intelligence Agency of the Department of Defense under Contract No. Approved For Release 2003109/09 CIA-RDP96-00788ROO2000180006-6 Approved For Release 2003/09/0~L'4l-4,tj96-00788ROO2000180006-6 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. SG1J CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) 2 Approved For Release 2003/09/ -ClAr,RDP96-00788ROO2000180006-6 Oki' 'iU96-00788ROO2000180006-6 Approved For Release 2003/09/0;fg- REPORTS 1. 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 additional time required to develop a more complete and 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, laboratory experiment, survey, field study, etc.). c. Results d. Implications for further research (if any). e. Special comments (if any). Approved For Release 2003/09/(19-- P@'A, -00788ROO2000180006-6 zRDP96 Approved For Release 2003/09/0~La[1196-00788ROO2000180006-6 MIPR CONTROL PROVISIONS AND GUIDANCE Funding cited.may be used only for the project delineated in the attached Statement of Work. 2. The total MIPR estimate shall not be exceeded by the purchasing office. 3. Changes in purpose, scope or desired results from those delineated in the attached Statement of Work must be approved by the COTR with the approval of the Grill Flame Committee. SG1J Approved For Release 2003/09/ ;,,Q.IA-RDP96-00788ROO2000180006-6 Approved For Release 2003/09/09 : t _@ -00788ROO2000180006-6 hk 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 evaluation 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 government contracts since 1974 is judged as satisfactory, 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, expecially within the compelling time frame of this contract. JACK VORONA Assistant Vice Director for Scientific and Technical Intelligence ch"t"ed DIA/DT-l IDeclassify an Fieview on-27 February 2001 Extended by DIA/DT Reason 2-301-C, 3, 5&6 Approved For Release 2003/09109 QIA-RDP96-00788ROO2000180006-6 it, %0 Approved For Release 2003/09/09 :%a."4-00788ROO2000180006-6 DIA LOGISTICS/SUPPORT PLAN 'SG1J Novel Intelligence Collec- PROJECT TITLE-tion Techniques PROJECT SPONSOR ELEMENT nT-1A TELEPHONEI :::F@-- A. EQUIPMENT MAINTENANCE PLAN, Support Element: RTS-6 SG1 A 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 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 building and rooms 3. Expected delivery date(s) Approved For Release 2003/09/09@: CIA-R-DP96-00788ROO2000180006-6 "096-00788ROO2000180006-6 Approved For Release 2003/09/09S D. FACILITIES, Suport 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 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. System engineering c. Data base/applications 2 Approved For Release 2003/09/09 : CIA-RDP96-00788ROO2000180006-6 16-00788ROO2000180006-6 Approved For Release 2003/09/09 3. Hardware a. Mainframes b. Front end processors c. Terminals 4. Required funding a. Hardware (1) 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 per 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 Approved For Release 2003/09/0,9,;,CIA-.RDP96-00788ROO2000180006-6 Approved For Release 2003/09/09 CIA-RDP96-00788ROO2000180006-6 3. Responsibilities/tasks 4. Funding 5. Life cycle support 6. Training requirements 7. Tools and test equipment 8. Manning 9. Documentation .10. Security classification I. PROCUREMENT PLAN, Support Element: RTS-6 (Include complete description and estimated cost.) No procurement required. 1. Equipment, furniture, administrative equipment (copying equipment, typewriters, etc.) a. Competitive sources b. Required delivery schedule c. Installation of equipment d. Initial spares and components J. SECURITY SERVICES, Support Element: RSS (It's expected that the contractor will require six SI/TK billets.) 1. Security clearances and security classification guidance 2. Physical 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 classification storage (SI/SAO vaulted area) (Existing) b. ARFCOS mailing address (N/A) c. Access to classified data files (to be furnished by COTR) Approved For Release 2003/09/09 CIA4-RDP96-00788ROO2000180006-6 I" - @144 L L Approved For Release 2003/09/09 CIA-RDP96-00788ROO2000180006-6 d. Authority to publish codeword documents (Codeword @tudies to be furnished by COTR'r) e. Courier authority f. Required access to classified information by contractor personnel not directly involved in program, e.g., management, marketing, purchasing personnel 5. TEMPEST Security (DIAR 50-31) (Not applicable. This is a study effort only.) 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 Approved For Release 2003/09/09 Cl@-RDP96-00788ROO2000180006-6 Approved For Release 2003/09/09 : CIA-RDP96-00788ROO2000180006-6 SGlJl--- DEPARTMENT OF DEFENSE 1. THE REQUIREMENTS OF THE DOD INDUSTRIAL SECURITY MANUAL CONTRACT SECURITY CLASSIFICATION SPECIFICATION 1 APPLY TO ALL, SECURITY ASPECTS OF THIS Top Secret EFFORT. THE FACILITY CLEARANCE REQUIRED IS: 2. THIS SPECIFICATION - 3. CONTRACT NUMBER OR OTHER IDENTIFICATION NUMBER 4. DATE TO BE 5. THIS SPECIFICATION IS: IS FOR: (Prime contracts must be shown COMPLETED (See *`NO TE81 below. It Item b of c is 'tX#dpt, for all subcontracts) (Estimated) also enter date for item a) a. PRIME CONTRACT NUMBER 0. a. DATE X PRIME CONTRACT X ORIGINAL (Complete date in all cases) b. SUBCONTRACT(Ifse item b. FIRST TIER SUBCONTRACT NO. b. b. REVISED REVISION DATE - 15 for subcontracting beyond second tier) (supersedes sit p specMV."Man J NO. C- REQUEST FOR BID, C. IDENTIFICATION NUMBER c. DUE DATE I C. DATE REIU E IT FOR PR 0POSAL FINAL E .I, R F OR QUOTATION I O _ I 6. Is this a follow-on contract? 1XI Yes Ll 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 is [-I 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 San Francisco, Defense Contract 333 Ravenswood Ave Admin itriti n @ervices Region ; M Menlo Park, CA E co M Qa urli qame, R Be. Name, Address & Zip Code of First Tier Subcontractor b. FSC Number c. Name, Address & Zip Code of Cognizant Security Office 9a. Name, Address & Zip Code of Second Tier Subcontractor, or b. FSC Number c. Name, Address & Zip Code of Cognizant Security Office facility associated with IFB, RFP OR RFQ When actual performance is at a location other then that specified, Identify such other location in Item 15. 10a. General identification of the Procurement for which this specification applies b. DoDAAD Number of Procuring Activft-I S&T Intelligence Study/Analysis identified in Item 16d. c. Are there additional security requirements established In occordance with paragraph 1-114 or 1-115, ISR? Yes No. If YES, Identify the pertinent contractual documents in Item 15. d. Are any elements of this contract outside the inspection responsibility of the cognizant security office? Yes No. If YES, explain in Item 15 and identify specific areas or elements. It. ACCESS REQUIREMENTS YES NO ACCESS REQUIREMENTS (Continued) YES NC a. Access to Classified Information Only at other J. Access to SENSITIVE COMPARTMENTED INFORMATION. X contractor/Government activities. k . Access to other Special Access Pro ram information b. Receipt of classified documents or other material g (SpdcIfy In Item 13). for reference )nly (no generation). X 1. Access to U. S. classified information outside the U. S. - - Panama Canal Zone, Puerto Rico, U. S. Possessions C. Receipt and generation of classified documents X and Trust Territories. or other material. m. Defense Documentation Center or Defense Information d .Fabric at ion/Modific at ion/Storage of classified hardware. --d X X Analysis Center Services may be requested. X e. Graphic arts services only. X n. Classified ADP processing will be involved. f. Access to IPO Information. o. REMARKS: g. Access to RESTRICTED DATA. X h Acc t l ifi d f _ _T_ DOD DIR 5200.17 . ess o c ass e COMSEC in ormation. 1. Cryptographic Access Authorization required. X DOD DIR 5200.1R 12. Refer all questions pertaining to contract security classification specification to the official named below (NORMALLY thru ACO (item 16e); , EMERGENCY, direct with written record of inquiry and response to ACO) (thru prime contractor for subcontracts). a. The classification guidance contained in this specification and attachments referenced herein is complete and adequate. b. Typed name, title and signature of program/project manager or other C. Activity name. address, Zip Code, telephone number and office symbol I Defense Intelligence Agency Deputy Directorate for Scientific and ATTN: DT-lA Technical Intelligence Washington, D.C. 20301 SG1 Defense-I-r[teM,icience Agency A yom,. Original Specification (Item 5a) is authority for contractors I gh f. AH so thority for contractors to remark the regraded classified Information. Such actions by Contractors shelf be taken in accordance with the provisions of the industrial Security Manual. DD, FORM 8254 DITWN ea Ie _R. I OBSOLETE JAN 7 elOFS AP t' Approved lFor 2bbV/bW6V'aA-1kUPW- AMWt Approved For Release 2003/09/09 : CIA-RDP96-00788ROO2000180006-6 13s. Information pertaining to classified contracts or projects, even though such Information to considered unclassified, shall not be released forpublic dissemination except as provided by the Industrial Security Manuel (paragraph So and Appendix JX). b. Proposed public releases shall be submitted for approval prior to release F_J Direct LJ 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 Affairs) * for review In accordance with paragraph So of the Industrial Security Manual. * in the case of non-DoD User Agencies, see footnote, paragraph So, Industrial Security Manual. 14. Security Classification Specifications for this solicitation Icontract are identified below ("X" applicable box(es) and supply attachments 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(s) pertaining to the specific contractual effort may be extracted and furnished the contractor. When a total guide(B) is utilized , each individual portion of the guide($) which pertains 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 declassification or review for declessification, and (III) The date or event for downgrading (If applicable). The official 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 (1) E] attached, or (2) EM transmitted under separate cover and made a part of this specification. E7j b. The following classification guide(s) is made a part of this specification and Is (1) [@@] attached, or (2) [D transmitted under separate cover. (List guides under Item 15 or in an attachment by title, reference number and date). [:_J c. Service-type contract/ s ubc ontract. (Specify Instructions In accordance ivith ZSRIISM, as appropriate.). d. O'X" only if this Is B final specification and Item 6 is a 41NO- answer. In response to the contractor's request dated retention of the identified classified materiel is authorized for a period of F__J e. Annual review of this DD Form 254 is required. If 44Vd", provide date such review Is due: 15. Remarks (Whenever possible, illustrate proper classification, declessilication, and 11 applicable, d..grading instmctions). a This contract requires access to SCI. The Defense Intelligence 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 subcontractor(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 information regarding the individuals assigned to work on this contract. (1) Name (2) Date and Place of Birth (3) Social Security Number (SEE CONTINUATION SHEET) 16a. Contract Security Classification Specifications for Subcontracts issuing from this contract will be approved by the Office named In Item l6e below, or by the prime contractor, as authorized. This Contract Security Classification Specification and attachments referenced herein are approved by the User Agency Contracting Officer or his Representative named in Item 16b below. REQUIRED DISTRIBUTION: b. Typed name and title of approving official E:X Prime Contractor (Item 7a) F( ) Cognizant Security Office (Item 70 Administrative Contracting Office (Item J6e) c. Signature M Quality Assurance Representative F__J Subcontractor (Item 8a) [&] Cognizant Security Office (Ifem 8c) d. Approving officialPs activity address and Zip Code F-1 Program/Project Manager (Item l2b) F-I U. S. Activity Responsible for Overseas Security Administration ADDITIONAL DISTRIBUTION: e. Name, address and Zip Code of Administrative Contracting office E-1 ED Approved For Release 2003/09/09 : CIA-RDP96-00788ROO2000180006-6 Approved For Release 2003/09/09 : CIA-RDP96-00788ROO2000180006-6 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-1A) for dissemination to the Grill Flame Committee. No other distribution is authorized. f. Use of the ARFCOS system is required, Approved For Release 2003/09/09 : CIA-RDP96-00788ROO2000180006-6