contract

152
 0 ("') N cs:, w CL o~ ("') ( :. '2 c ("') _J coo Oz oo o}: ~ I I - Cl. ol-'-  z LOW ~o 0 N (]) (/) ro (1) © 0::: .e 0 (1) . > 0 0 .._ Q_ .0. Q_ .._ <C I 1 <:t .--1 C]'l .--1 N ( ;) ( ;) N -. 0 (Y) (Y) - o~ (Y) <::::ti (Y) D 0 u ....... ) -5 Cl) ./) ....... cu z ..--... . .0 ....._... June 11, 2012 CENTRA Technology, Inc. CP: M-12-084 · Contract 2006'*1151009 '023 FFP/lOE Summary ciJN •:r .. f OP · .· I 0001: Sase P~rioc:I - . 06/oti112-10/31/i2 I OQ-02: Option Period 11/01/12 - 01/31/13 _ 0003: Option_ Period 2. 02/01/13 -.05/03/13 :9., ~- ....- .Q FfP l LQ~ I •FT£ . CfNTRA Technology. Inc. Proprietary 0 ("') 0 ("') '2 ('() <O 0 0 0 l - 0 - O 0 N (1) (/) ro (1) © 0::: 0 4 O (1) > e Q_ Q_ <(

Upload: ky-henderson

Post on 02-Nov-2015

31.459 views

Category:

Documents


0 download

DESCRIPTION

Contract

TRANSCRIPT

  • 0 ("')

    N cs:,

    w CL

    o~ ("') (!:. "'2" c ("') _J coo Oz oo o}:!! ~

  • C06343030 01/13/2002 19!14

    [~-P.pproved for Release: 2015/07/20 C06343030 D) ( 0) \ , . CENTRA TECHNOLOGY PAGE 03

    -~

    (b)(rr\

    \\", II """,,"' I

    .......... ......... ,./

    I

    (b )(3) NatSecAct (b )( 4)

    ODNI

    .. (b)(3) NatSecAct

    Approved for Release: 2015/07 /20 C06343030

    (b )(4)

  • C06343030 01/13/2002 19:14

    (b )( 4)

    CApproved for Release: 2015/07/20 C06343030 \ o) \ t>) I , CENTRA TECHNOLOGY

    (b)(3) NatSecAct (b )(4)

    ODNI

    PAGE 04

    (b )(3) NatSecAct

    Approved for Release: 2015/07/20 C06343030

  • C06343030 01/13/2002 19:14

    (b )( 4)

    r~--------_A ____ pp roved fo_r Release: 2015/07 /20 C063430_ 3o .___ (b )(6) _ _j I CENTRA _ TECHNOLD~Y ' PAGE 05

    i (b)(3) NatSecAct

    (b)(3) NatSecAct (b )( 4)

    ODNI

    Approved for Release: 2015/07/20 C06343030

    0

  • C06343024 Approved for Release: 2015/07/20 C06343024 UNCLASSIFIED

    ( )Mil Arrrt1,,il 1'/IXHI01~.

    , I. CONT!UCT II> CODI I 1"7 OF l'A(iliS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I 2 2. AMl'.Nl>MENT!MOl)ll'IC/\TJON NO. r ~;E~:;:~T;010 4. REQUJSITION/l'URCI-IASE RE(,). NO. r l'ROJl!CT NO. (If "l'J>lim/J/e) Modification No. Ten (10) 100110770115-0 6. ISS\)ED IJY COllEI 7. ADMINISTEKED BY (fforh,r rh11n /mn 6) CODEI

    [(b)(3) CIAAct -~,

    Contracts Staff I (b~3~ CIAActr - as-ington, DC 20505

    X. N/\Ml: AND ADDIU:SS Ol'CONTRACTOR (Nn. Strfet. cmmry. State 1111d "LIP: Cv,IMENT or SOLICIT,\ TION NO. -Ccntra TechnoJogy Inc. . 25 Burlington Mall Road, Suite 500 m. D/\Tllll (SEH ITEM II) Burlington, MA 01803

    I (b)(6) I JO!\. MOl>ll'!C,\TION Ol' CONTR,\Cl'/OIWl(R NO. x 2006* 1151009-010

    J()!l. IJATliD (SEE ITEM /J)

    corn;: 11617 I F/\CIUTY C()f)E 0001 04 June 2007 I I. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

    D The ubovc numbered solicitation is amended us set fonh in Item 14. The hour nod date specified for rcceip1 of Offer~ O is e,m:ndcJ. D is not cMcndcd. Offers mus1 acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or ns amended. by one of the following methods; (a) By completing Items 8 and 15. und returning one {l) copy of the nm::ndn~nt: (h) By acknowledging receipt of this am.:nclm:nt on each copy of the offer submitted: or (cl By separate letter or telegram which indudes a reference to the solicitation one.I amendment numbers. FAILURE OF YOUK ACKNOWLEDGMENT TO BE RECEIVED AT TIIE PLACE DESIGNATED FOR THE RECEIPT OF OfFERS PRIOR TO THE HOUR AND DATA SPECIFlED MAY RESULT IN lffJECTION Or YOUR OFrnR. If by virtue of tliis an~11dm1.:nt you desire to change un offer already submitted, such change may he made by telegram or letter. provided each telegram or letter makes reference to the solicitatio11 and this amendment. o.nd is rt:ccivcd prior to the openlng hour and data specified. I 2. /\CC< lUNTI NG AND APl'KOPRJATION IJ/\T A I If rrquim/)

    Increase Contract Funding .By: $2,458,283 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

    IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRfBED IN ITEM 14. ,\. TIIIS CH./\MiE ORDER !S ISSUED PURSUANT TO: (S11rcifva,11horiry) THI! CHANGES SET l'Olffll IN 111,M 14 ARI' MADE IN THE CONTR/\Cr ORl.lrn NO. IN ITJ'M IOI\.

    ll. THE !\HOVE NllMllEREI) (ONTR./\l.T/ORDER IS MODII'IED TO REIU:CT TIJE ADMINJSTRATIVI: CII/\NGES (such as changrs in pa_rinx ofjia. t1J1pmprio1io11 dwe, 11c.J Sl,T l'OKTH IN ITEM 14. l'URSlJANT T( > THE ./\UTI IORIT.Y OF FM 4.l I 03(h). & J 52.21 (i. 727 8.: 152.216-no .

    C. THIS SUl'i'f .EM ENT AL ./\GRl:liMENT IS liNTliRED INTO PURSUANT TO ,\lJfl!ORITY OF:

    I). OTHER Sp

  • C06343024 Approved for Release: 2015/07/20 C06343024 UNCLASSIFIED

    Contractor: Centra Technology Inc Contract Number: 2006*1151009*010 Modification Number: Ten (lO) Page: 2 of 2

    This contract may be executed in counter parts, each of which shall be deemed an original, all of which together. shall constitute one and the same instrument. Facsimile signatures will be regarded as authentic by all parties.

    A. The purpose of Modification Ten ( I 0) is to add funding to fully fund the DRG/RDI program office efforts for period-2 and also change the COTR. Accordingly, the following changes are accomplished under the task order:

    1. Section B-5 (Limitation of Funds), increase the DRG/RDI funded amount from __ (b )( 4) ~o (b )( 4) The DRG/RDI pro ram office efforts

    are.currently flll]yfui:icie_~~forp~~ioct--.~'.L__ _____ --r-==-~-------:-~ (b)(3) NatSecAct ODNI _ Thebaseycaris (b)(4)

    cumulative funded amount is increased from (b)(4) The (b)(4) 0h;~ task order cumulative value .remains unchanged at (b )( 4)

    2. Section G-1 (Auth= Designation of COTR), change the COTR from 1(b)(3) CIAAct

    B. Remove and substitute the pages indicated.below, attached hereto and a part of hereof:

    Remove Page Insert Page 9 9 '

    12 12

    C. Except as provided herein, all other terms and conditions of this contract remain unchanged and in full force and effect.

    UNCLASSIFIED

    Approved for Release: 2015/07/20 C06343024

  • C06343024 Approved for Release: 2015/07 /20 C06343024

    CENTRA Technology Contract No: 2006*1151009*010 Page 9 of 15

    UNCLASSIFIED

    B.5 152.232-720 Limitation of Funds - Fixed-Price Task Order (JAN 2004) \

    (a) This firm-fixed-price task order is incrementally funded. The sum of $15, 107,237 is presently available for payment and is allotted to this task order. The parties contemplate that the Government will allot funds to this task order Through 31 May 201 O in accordance with the following table:

    Previously Funds Per Total Funded This Action Funded Contract Difference

    Element Amount (Mnd-10) Amount Value ( -) Base-Yr (b )( 4) (b )( 4) (b )( 4) Option Yr-I Option Yr-2 Option Yr-2/Mod-10 Total: $ 15,107,237

    (b) The Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination for the Government's convenience, approximates the total amount currently allotted to the task order. The Contractor will not be obligated to continue work on this task order beyond that point. The Government is not obligated to reimburse the Contractor for costs incurred in excess of the total amount allotted to this task order by the Government notwithstanding any language to the contrary in clauses elsewhere in this task order including but not limited to "Type of Task order and Consideration" and "Termination for Convenience of the Government". As used in this clause, the total amount payable by the Government in the event of termination for convenience includes costs incurred for work performed prior to.termination, profit on work done by the Contractor for the terminated portion, and estimated termination settlement costs. (c) Notwithstanding the dates specified in the allotment schedule in paragraph (a) of this clause, the Contractor will notify the Contracting Officer in writing at least 90 days before the datewhen, in the Contractor's best judgment, the total amount payable by the Government (including any cost for termination for convenience), will approximate 85 percent of the total amount allotted to the task order: The notification will state (1) the estimated date when the Contractor will reach the 85 percent p'oint and (2) an estimate of additional funding, it any, needed to continue performance of the task order up to the next scheduled date for allotment of funds identified in paragraph (a) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that wiii be required for the timely performance of the task order effort funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (a) of this clause or otherwise agreed to by the parties. If the Government does not allot additional funds by the date identified in the Contractor's notification, or by an agreed substitute date after such notification, the Contracting OHicer will terminate any effort, for which additional funds have not been allotted, pursuant to the clause of this task order entitled "Termination for Convenience of the Government". (d) When the Government allots additional funds for continued performance of the task order, the parties will agree to the period of task order performance that will be covered by the funds. The provisions of paragraphs (b) through {d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the Contracting Officer will modify the task order accordingly.

    (e) If, solely by reason of failure of the Government to allot additional funds by the dates indicated above in amounts sufficient for timely performance of the task order, the Contractor incurs additional costs or is delayed in the performance of the work under this task order.and if additional funds are allotted, an equitable adjustment will be made in the price (including appropriate target, billing; and ceiling price where applicable) of the task order, or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "Disputes". (f) The Government may at any time before termination allot additional funds for performing the task order. (g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default". The provisions of this clause are limited to the work and allotment of funds for the task order as set forth in paragraph (a) of this clause. This clause no longer applies once the Government fully funds the task order, except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d} and (e) of this clause.

    (h) Nothing in this clause affects the right of the Government to terminate this task order pursuant to the clause of this task order entitled "Termination for Convenience of the Government".

    UNCLASSIFIED

    Approved for Release: 2015/07/20 C06343024

  • C06343024 Approved for Release: 2015/07/20 C06343024

    Centra Technology Contract No: 2006*1151009*010 Page 12 of 15

    UNCLASSIFIED

    SECTIONG- CONTRACT ADMINISTRATION DATA

    G-1. 152.242-701 Authority.and Designation of a Contracting Otlicer's Technical Representative (COTR) (MAR 2004)

    (a) Authority: Performance of this contract is subject to the t~chnical :guidance, supervision and approval of the Contracting Officer or a designated Contracting Officer's Technical Representative (COTR). As used herein, "technical guidance" is restricted to scientific, engineering or other technical field-of-discipline matters directly. related to the work to be performed. Such guidance, may be provided for the purposes of filling in details, clarifyirig, interpreting or otherwise. serving to accomplish the technical objectives and requirements of the contract. In addition, and unless specified elsewhere in this contract, the authority of the designated COTR is specifically limited to the technical administration of this contract and the inspection ofsupp1ies being produced, services being provided or work being performed to assess compliance with the scope, estimated cost (if cost-reimbursement), schedule, and technical requirements of the contract.

    (b) Designation: The individual(s) identified below is/are authorized access to all information concerning this contract during the -life of the contract unless this authorization is reassigned by an administrative change to the contract:

    Name Telephone No. /.~- --(b)(?) CII\Act -~ .--~-'

    (c) Notification: The Contracting Office/is the only representative of the Government authorized to negotiate, enter into, modify or take any other action with respect to this contract. Therefore, no other employee or representative of the Government has the authority to initiate a course of action which may alter the terms or conditions of this contract. AH revisions to specifications, requirements or informal commitments that may involve a change in either the total cost/price~ scope, delivery schedule, or legal aspects of this contract must be done by change order or supplemental agreement, to be negotiated and signed by the Contracting Officer. Should any action by Government personnel (other than the Contracting Officer) imply a commitment on the part of the Government' that would affect the terms of this contract, the Contractor.must notify the Contracting Officer and obtain approval before proceeding. Otherwise, the Contractor proceed~ at its.own risk.

    Approved for Release: 2015/07/20 C06343024

  • C06343029 u;siuii~uu 17 : 37 FAX\ L_ ___ A_p_p_ro__,yed for Release: 2015/07/20 C06343029 ~UUUUUUUl MAR. 1. 2012 10: 31 AM NO. 729 P. 2

    UNCI.ASSIFU:D

    11 C0NTRACr IOCOOE 1.~0ATr; 02121/2012 15..PROJECTNC,(lf~lc)

    e.iseufOBY

    CONTRACTS STAFF (b)(3) CIAAct

    Washington, DC 20505

    COOE ccioe f.._ ____ _

    a.. NAME ANO AIJDReSS OF CONTRACTOR (No..~ COl.lnlly, $1818 Md ZlP Cada) (X) ilA. AMEND MS NT tlF SOUC1T A'llON fdO. --CENTRATECHNOLOGYINC 25 BURLINGTON MALL ROAD SUITE 800 BURL.INGTON, MA 01803 GEUlA TI;o (SE! m!M ,, )

    10A. I.IOCHRCATIOIII OF CONTRACTICROEA NO, 2006-1151009-010 x 106. DATED (Siiti; J'l'$.I 1'1) 06/0412007

    CODE I FACIU'N CODE 11. THIS ITEM ONl. Y APF'LtES TO AMENDMENTS OF SOLICITAilONS

    Ortie aboYe m.nntiereOolic1Btilln le ~d SB set forth in item 14. The !\cur and data specil'led for racelpt o1 Offffl O is extended, 0 is not Ellte~. Qff',lt'S must $i{(~W1edge rec-.e!?l or tr.is amandn!enc pl'iOr to the hour at'ld data apec!fted In .th@ ~tion or &s amended, by Qfle or lhe followtng rnt:tttlodll: (a) By cornpleling item; S end 1 S, al'ld ~ng CQl)fes of the Slllel1dl'Mnt (b) By aelQ'IOW!ed!Jing mcelpt o1 thi$ amendment on eadl copy or the ofl'ar submltted; or (c) By &eparaffl letter or tetegra,n Wt'lie2I In~ ai ltlfeft,noe II) ll'li! arid .amGndmenl nu~. FAILURE OF YOUR ACKNOWl.EOGMENT TO Bi; Rl;CEl.VED AT nie PLACE DeSlGNATEO FOR THE FU:CelPT OF OFFERS PRIOR TO THE HOUR .Mil:) OA 'TE SPEClFIEO MA y RESULT JN Rl:JECTION OF YOUR OFFER. If by Wftle r:tl this -amandme-rrt your desl1e to~ en affer submftllld, :Ud'I c~ msy be rnad& by telegram or lelier, provided~ tslegram er letter ~kas reference le lhe soliclts~on arid th~ lll'l'l8ndment. ;ind Ill reealved priot iD the opef!lng how snd d3:t:i: spacmsd.

    12, ACCOVN11NGANO Af'FROf-'RIA.TION OATA (lf~d)

    13. THIS m:M ONLY APPLIES TO MODIACATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

    A. THIS Q-\ANG'I: OR.OER. IS.ISSUED P~SUA!'rrTO: (Specl!y 81.ltt\Oril'f) THE CHANGES SET FO~ IN ITEM 14 AFG MA.DE lN l'HE comRACT -----100.oe~ NO. IN l'TEM ,QA.

    x s. ABOVE NUMa5RED CON'T'RACTiOROER. lS MOOIAED TO .Fu:fl.J:CT THE ADMIN1STRATIVe C!-!ANGES (suel'1 SS ~angoc in psyklg ott'kle, ~~nation ctste, ei:c.) SET F~ rN ITEM 14, PURSUANT TO THE A11'TNORITY OF FAR 43.103{b).

    14, DSSCR1P110N oi: AMa!CMENTMOClll!JQA YION (Organl::ed by IJcf a&(;(!Q!l ~"9$; lndU!l!l,; lltl!il:bliol'llainirea au'Qjed m;ctW ..,,era flril~.) Please see A.1 for Purpose of Modification,

    , .. ,.. ,c AH en

    J (b )(6) ,~ I I

    Conm,l{~r 1SC. DATE SIG."EI)

    ,..... ~\ \h-t.. v-

    16A. NAME ANO T!TI..E OF CONTRAC'T'lNG OFFICER('fype Cf pl'il'lt) I (b}{3) CIAAct I

    tnb)(3f CIAAct"' 81 (b)(6)

    1flC. tlATe SIGN~ I lr'I#~

    STANDAR.D FORM 30 ('REV. TU3)

    Approved for Release: 2015/07 /20 C06343029

  • C06343029 Approved for Release: 2015/07/20 C06343029 UNCLASSIFIED

    AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11. CONTRACT ID CODE IPAGE 1 OF 10

    2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 15. PROJECT NO. (If applicable) 017 02/21/2012

    6. ISSUED BY CODE 7. ADMINISTERED BY (If other than Item 6) CODE I

    (b) CONTRACTS STAFF C(b)(3) CIAAct==1

    (3J CIAAct I asrnngton, DC 20505 \

    8. NAME AND ADDRESS OF CONTRACTOR (No., street, country, state and ZIP Code) (X) 9A. AMENDMENT OF SOLICITATION NO. -CENTRA TECHNOLOGY INC 25 BURLINGTON MALL ROAD SUITE 800 BURLINGTON, MA 01803 98. DATED (SEE ITEM 11)

    10A. MODIFICATION 01; CONTRACT/ORDER NO. 2006-1151009-010 x 108. DATED (SEE ITEM 11) 06/04/2007

    CODE I FACILITY CODE 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

    DThe above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers D is extended, Dis not extended, Offers must acknowledge receipt of this amendment prior to the hour and date s~cified in the solicitation or as amended, by one of the following methods: (a) By completing items 8 and 15, and returning __ copies of the amendment; {b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which Includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment your desire to change an offer already submitted, such change may be made by telegram or lotter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.

    12. ACCOUNTING AND APPROPRIATION DATA (If required)

    13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

    CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT -----1 ORDER NO. IN ITEM 10A.

    x B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

    D. OTHER (Specify type of modification and authority)

    E. IMPORTANT: Contractor 0 is not, D is required to sign this document and return copie6 to ttie issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings. includfng solicitaitonlcontracl subject matter where feasible.) Please see A.1 for Purpose of Modification.

    Except as provided herein, all term.

  • C06343029 Approved for Release: 2015/07/20 C06343029 UNCLASSIFIED

    Table of Contents

    Description Page Number A Solicitation/Contract Fonn .............................................................................................................................. ..

    /\..1 Purpose of Contract Modification ...................................................................................................... 3 B Supplici,; or Services and Prices/Costs ............................................................................................................ 3

    152.216-741 Type of Contract and Consideration (FFP-LOET) (JUL 2007) ............................... : ........... 5 152.232-720 Limitation ofF~nds - Fixed-Price Contract (JAN 2004) ..................................................... 8

    llNt':I ASSIFIFO

    Approved for Release: 2015/07/20 C06343029

  • C06343029 Approved for Release: 2015/07/20 C06343029

    Contractor Name: CENTRA TECHt-..ulOGY INC Contract Number:2006-1151009-010 Modification Number: 017

    Section A - Solicitation/Contract Form

    A. I Purpose of Contract Modification

    UNCLASSIFIED

    This is Contract Modification No. 017. The purpose of this modification is to:

    Page 3 of 10

    I) Increase total contract funding frornf (b)(4) \to $38,418,674 as shown below. Clause 152.232-720 Limitati~n of Funds - Fixed Price (JAN 2004) in Section B of the contract is updated accordingly.

    ICLIN !FROM: IBY: tro: (b )(3) NatSecAct 12 - RDI I ODNI

    tTotal 1 (b)(4) ~38,418,674

    2) The additional(-(b)(4f~]n funding.is added as CLIN 501. The value ofCLIN 500 is reduced by[tb)(4)]to acco-rnodate the addition of CLIN 501 for[(b )(4 ):=J There is no change to the total contract value, or value of OY4, as a res-ult of this change. Please see Section B for additional information.

    3) Please do not bill against CUN 501 until CUN 500 is fully expensed. The Period of Performance for CUN 500 has been shortened in the automatic value and funding tables to 5/15/2012. This should provide enough time for the Contract-or to fully bill out CLIN 500. The additional funding required for the current option year will be added to CUN 50 I, just like occurred under this modification.

    All other contract te;ms and'conditions remain infullforce and effect.

    Section B - Supplies or Services and Prices/Costs

    UNCLASSIFIED

    Approved for Release: 2015/07/20 C06343029

  • C06343029 Approved for Release: 2015/07/20 C06343029

    Contractor Name: CENTRA TECH1'40LOGYINC Contract Number:2006-1151009-010 Modification Number: 017

    500

    501

    Period Base Totals

    Peifod Exercised Options Totals

    Period Current (Base + Exercised Options) Totals

    UNCLASSIFIED

    (b )( 4)

    (b )( 4)

    UNCLASSIFIED

    Approved for Release: 2015/07 /20 C06343029

    Page 4 of 10

  • C06343029 Approved for Release: 2015/07 /20 C06343029

    I

    Contractor Name: CENTRA TECHNuLOGY INC Contract Number:2006-1151009-010 Modification Number: 017

    Period Unexercised Options Totals

    Period Base and Options Totals

    Quantity .Base Totals

    Quantity Exercised Options Totals

    Quantity Current {Base+ Exercised Options) Totals

    Quantity Unexercised Options Totals

    Quantity Base and Options Totals

    UNCLASSIFIED

    152.216-741 Type of Contract and Consideration (FFP-LOET) (JUL 2007)

    Page 5 of 10

    (b )( 4)

    (a) This is a Finn Fixed Price Level-of-Effort Term Contract as identified in FAR 16.207. The total price for full pcrfonnancc hereun-der is $41,989,521and is as follows:

    Element Base-Yr Option Yr-I !Option Yr-2 Option Yr-3 Option Yr-4 rota I POP 04 .Jun 2007 03 04 Jun 2008 03 Kl4 Jun 2009 03 04 Jun 2010 03 04 Jun 2011 03 j)4 Jun 2007 03

    Jun 2008 Jun 2009 Jun 2010 Jun2011 Jun2012 ~un2012

    (b )(3) NatSecAct 'LIN2 I (b )( 4) DRG/RDI) ODNI

    fTotal FFP-LOE I $41,989,521

    *The value of0Y4 is split between CUNs 500 and 501. [(b )( 4 )=:JofOY4 is listed under CUN 501. For the purposes of determin-ing contract value, LOE, and applying the fee reduction fomrnla, OY4 will be treated as show1i above.

    (b) The Contractor shall expend its best effort towards accomplishing the work outlined in the clause entitled "Scope of Task Order". , The lejl-of-effort required for total perfonnance under this task Order is a minimum of [(b)(4)

    1 labor hours and a maximum of (b )( 4) labor hours with a +/-3% variance is shown in the table below.

    (b)(3) NatSecAct (b )( 4)

    ODNI

    UNCLASSIFIED

    Approved for Release: 2015/07/20 C06343029

  • C06343029 Approved for Release: 2015/07 /20 C06343029

    Contractor Name: CENTRA TECHNOLOGY INC Contract Number:2006-1151009-01 O Modification Number: 017

    (b )(3) NatSecAct (b )(4)

    ('LIN2 (DRG-RDI): MIN/MAX LOE Element Base Yr Option Yr-1 Option Yr-2 POP !04 Jun 2007 03 04 Jun 2008 04 Jun.2009

    !Jun 2008 03 Jun 2009 Jun 2010 +/-3% LOE LOE LOE

    Minimum 0 0 Target 0 0 l\1aximum ) 0

    TOTAL MIN/MAX LOE Element Base Yr Option Yr-1 Option Yr-2 POP 04Jun2007 04 .Jun 2008 03 04 Jun 2009

    03 Jun 2008 Jun 2009 Jun 2010 +/-3% LOE LOE LOE Minimum Target Maximum

    UNCLASSIFIED \

    Option Yr-3

    ODNI

    Option Yr-4 03 04 ,Jun 2010 03 04 Jun 2011

    Jun 201 i Jun 2012 LOE LOE

    Option Yr-3 Option Yr-4 03 04 Jun 2010 03 04 Jun 2011

    Jun 20) l Jun2012 LOE LOE

    Total 03 04 Jun 2007

    03 .lun 2012 LOE

    (b)(4)

    Total 03 04 Jun 2007

    Jun 2012 LOE

    (b )( 4)

    03

    (c) The estimated composition of the total labor-hoursu"nder this Task Order i~(b )( 4 )Jnd is as follows:

    NatSecAct (b )( 4)

    ODNI

    UNCLASSIFIED

    Approved for Release: 2015/07/20 C06343029

    Page 6 of 10

  • C06343029 Approved for Release: 2015/07/20 C06343029 UNCLASSIFIED

    Contractor Name: CENTRA TECHNOLOGY INC Contract Number:2006-1151009-010 Modification Number: 017

    (b )(3) NatSecAct (b )( 4)

    CLIN2 (ORGRDI): COMPOSITION Element Base Yr Option Yr-J

    - POP Parent 04 Jun 2007 04 Jun 2008 i03 Jun 2008 03 Jun 2009

    Item# Labor Category - Labor Hrs Labor Hrs t

    6

    TOTAL COMPOSITION - Element Base Yr Option Yr-1 - POP Parent ~4 Jun 2007 04 Jun ~008

    03 Jun 2008 03 Jun 2009 Item# Labor Category - Labor Hrs Labor Hrs

    Option Yr-2 04 .Jun 2009 lo3 Jun 2010 Labor Hrs

    (b )( 4)

    Option Yr-2 04 Jun 2009 03 Jun 2010 Labor Hrs

    I (b )(3) NatSecAct t2 (b )( 4) 3

    5

    16

    7 8 9 to II

    12

    Option Yr-3 04 Jun 2010 IOJ Jun 2011 Labor Hrs

    Option Yr-3 04 Jun 2010 03 Jun 2011 Labor Hrs

    Page 7 of 10

    ODNI

    Option Vr-4 rfotal 04 Jun 2011 04 Jun 2007 ~3 Jun 2012 k)3 Jun 2012 Lahor Hrs ~,ahor Hrs

    Option Yr-4 h'otal 04 Jun 201 J 04.Jun 2007 03 Jun 2012 03 .lun 2012 Labor Hrs Labor Hrs

    ODNI

    (d) The Contractor shall continually evaluate the total level-of-effort required and recommend to the Government changes thereto which are considered beneficial in attaining the overall objectives of this contract. In controlling the utilization of labor hours, the Contractor shall promptly notify the Contni.cting Officer, in writing, when there is an indication that premature exhaustion of the total labor hours is predicted.

    (e) It.is understood and agreed that.the rate oflabor hours per month may fluctuate in pursuit of the technical objective; however, such fluctuations will be controlled to avoid an exhaustion of the total labor hours of effort before the expiration of the term of the contract.

    (f) It is farther agreed that the Contractor may submit written requests for acceleration of the average hourly rate of effort that will

    UNCLASSIFIED

    Approved for Release: 2015/07/20 C06343029

  • C06343029 Approved for Release: 2015/07/20 C06343029

    Contractor Name: CENTRA TECHNOLOGY INC Contract Number:2006-115100901 O Modification Number: 017

    UNCLASSIFIED

    Page 8 of 10

    result in the utilization of the total labor hours set forth above prior to the expiration date of this contract. If the contractor's request is approved by the Contracting Officer, the accelerated perfonnancc shall be without increase in contract price and the transaction form-alized by modification to this contract.

    (g) The Firm Fixed Price for performance under this contract is predicated upon the Contractor furnishing at least the minimum but up to and including the maximum level-of-effort specified. In the event the minimum level-of-effort is not provided as specified, the Contracting Officer shall either require the Contractor to continue to perform work under the contract until the minimum lcvel-of-cffort has been provided (if consistent with appropriations law) or make an equitable downward adjustment in contract price in ac-cordance with the following formula:

    Price Reduction:;;: FFP (in $) x (Targci LOE - Expended LOE)

    Target LOE

    I

    "Price Reduction" computed by the above fommla is the dollar amount by which the contract price will be reduced. "FFP" in the above fomrnla means the fixed price specified in the-contract. "LOE" in the above fonnula means "level-of-effort''.

    152.232-720 Limitation of Funds - Fixed-Price Contract (JAN 2004)

    (a) This finn-fixcd-pricc contract is incrementally funded. The sum of $38,418,674 is presently available for payment and is allotted to this contract. The parties contemplate that the Government will allot funds to this contract in accordance with the following sched-ule:

    . ODNI----~ $38,418,674 =(b )(3) NatSecAct jcurrently allotted as shown below:

    (b)(4)

    (b)(3) NatSecAct (b )( 4)

    ODNI

    . - . I I l I I I I I

    ICLIN2 (DRG-RDI)- FUNDS Element Prior Funds

    ------- _Jfunds/l\1od-1I ______ otnl Funds ___ _ _Jc::_on !ra_c! ValtJ~-- IPiffe_IT_n_

  • C06343029 Approved for Release: 2015/07/20 C06343029

    Contractor Name: CENTRA TECHNOLOGY INC Contract Number:2006n1151009-010 Modification Number: 017

    Element Prior Funds IFunds/Mod-17 Ba.scYr (b )( 4) Option Yr-I Option Yr-2 Option Yr-3 Option Yr-4/M 17 rota I:

    UNCLASSIFIED

    rota! Funds Contract Value !Difference ( - } (b )( 4) (b)(4)

    S.38,418,674 I

    Page 9 of 10

    (b) The Contractor agrees to pcrfonn up to the point at which the total amount payable by the Government, including reimbursement in the event of tennination for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor will not be obligated to continue work on this contract beyond that point. The Government is not obligated to reimburse the Contractor for costs incurred in excess of the total amount allotted to this contract by the Government notwithstanding any lan-guage to the contrary in clauses elsewhere in this contract including but not limited to "Type of Contract and Consideration" and "Ter-mination for Convenience of the Government". As used in this clause, the total amount payable by the Government in the event of tcnnination for convenience includes costs incurred for work perfonned prior to termination, profit on work done by the Contractor for the terminated portion, and estimated tennination settlement costs.

    ( c) Notwithstanding the dates specified in the allotment schedule in paragraph (a) of this clause, the Contractor will notify the Con-tracting Officer in writing at least 90 days before the date when, in the Contractor's best judgment, the total amount payable by the Government (including any cost for tcnnination for convenience), will approximate 85 percent of the total amount allotted to the con-tract. The notification will state ( 1) the estimated date when the Contractor will reach the 85 percent point and (2) an estimate of addi-tional funding, if any, needed to continue pcrfonnance of the contract up to the next scheduled date for allotment of funds identified in paragraph (a) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer or the estimated amount of additional funds that will be required for the timely performance of the contract effort funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (a) of this clause or otherwise agreed to by the parties. If the Government docs not allot additional funds by the date identified in the Contractor's notification, or by an agreed substitute date after such notification, the Contracting Officer will terminate any effort, for which additional funds have not been allot-ted, pursuant to the clause of this contract entitled "Tcnnination for Convenience ?f the Government".

    (d) When the Government a1Jots additional funds for continued performance of the contract, the parties will agree to the period of contract performance that will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the Contrncting Officer will modify the contract accordingly. (e) If, solely by reason of failure of the Govemmcnt to allot additional funds by the dates indicated above in amounts sufficient for timely performance of the contract, the Contractor incurs additional cosL

  • C06343029 Approved for Release: 2015/07/20 C06343029

    Contractor Name: CENTRA TECHNOLOGY INC Contract Number:2006-1151009-010 Modification Number: 017

    Section F Deliveries or Performance PERIOD OF PERFORMANCE ITEM 500

    501

    START 06104(2007

    02/01/2012

    END 05/15/2012

    06/03/2012

    UNCLASSIFIED

    UNCLASSIFIED

    Approved for Release: 2015/07/20 C06343029

    Page 10 of 10

  • C06343029 Approved for Release: 2015/07/20 C06343029

    ~Fax From; Phone; Fax:

    To: Phone: Fax; Company Name:

    Comments:

    (b)(3) CIAAct

    (b )(6)

    Please see attached for funding modification to Task Order No. 0 I 0.

    11 pages, including coversheet

    Thanks,

    (b)(3) CIAAct

    D Urgent D For Review D Please Comment D Please Reply

    Approved for Release: 2015/07/20 C06343029

    3/1/2012

    D Please Recycle

  • CO 6~;1 ~ 19~~R 17 : 37 FAX\.__ __ A_p_p_r~o~ed for Release: 2015/07/20 C06343029 MAR. 1. 2012 10: 31 AM NO. 729

    lg! UUUZ/ uuu~

    P. 2

    AMENDMENT O~ SOUCrT'ATIO.N/MODIFICA.TION OF ~NTRACT 11 CON'T'RAC'T ID CODE rAGE1 OF10 :Z. AM'l;NDMOIT/MOOIFICA.T)Ok NO. !..~DA.Tl; C. llilS SUPPI..EMENTAL A~l" IS ENTEREO INTO PURSUANT "TO Al..nl1QKJ rr OF:

    14, 1:>SSCRTPTION OF .AMENCMalTIMOtllF!JCA YrON (Organl::r:d by I.JCF aealcll lw!dlrli!I; lnaudfllg llC!idblionlcmiraa SU'ojed m.llf v.1'1ete fl~lo.) Please see A.1 tor Purpose of Modification.

    ,~e 4"" Tll1 c: "~ -,=~-, "-I (b )(6) , I I

    -~l(..?r

    1SC.. CATE SIGNEl:l

    ~bh'L-

    1eA. NAME ANO Tl'T\..E OF CONTRAC'TING OFFICER (l'ype C' pril'lt) I (b}(3) CIAAct ]

    1nb)(3f CIAAct"' B ft,._ \IC.\ I ,u;,uJ

    iec. OA.TE! SIGNIW I V-l#~ 1 __ I

    ST AN.DMD FORM 30 (REV. T~}

    UNCLASS~

    Approved for Release: 2015/07/20 C06343029

  • C06343029 Approved for Release: 2015/07/20 C06343029 UNCLASSIFIED

    AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT , 1. CONTRACT ID CODE 'PAGE 1 OF 10

    2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. , 5. PROJECT NO. (If applicable) 017 02/21/2012

    (b)

    6. ISSUED BY CODE 7. ADMINISTERED BY (If other than !tam 6) CODE I CONTRACTS STAFF C(b)(3) CIAAct=

    (3) CIAAct I vvasnmgton, DC 20505 \

    8. NAME AND ADDRESS OF CONTRACTOR (No., street, country, slate and ZIP Code) (X) 9A. AMENDMENT OF SOLICITATION NO. -CENTRA TECHNOLOGY INC 25 BURLINGTON MALL ROAD SUITE 800 BURLINGTON, MA 01803 99. DATED (SEE ITEM 11)

    10A. MODIFICATION Of; CONTRACT/ORDER NO. 2006-1151009-010

    x 109. DATED (SEE ITEM 11) 06/04/2007

    CODE I FACILITY CODE 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

    DThe above numbered solicitation is amended as set forth in item 14. The hour and dale specified for receipt of Offers D Is extended, D is not extended, Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing items 8 and 15, and returning __ copies of the amendr)'lent; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment your desire to change an offer already submitted. such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment. and is received prior to the opening hour and date specified.

    12. ACCOUNTING AND APPROPRIATION DATA (If required)

    13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

    CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ------i ORDER NO. IN ITEM 10A. x 8. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14. PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

    C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

    D. OTHER (Specify type of modification and authority)

    E. IMPORTANT: Contractor [!] is not. D is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDM!:NT/MODIFICA TION (Organized by UCF section headings, including solicitaitonlcontracl subject matter where feasible.) Please see A.1 for Purpose of Modification.

    Except as provided herein, all term.~ and conditions of the document referencod in Item 9A or 10A, as heretofore changed, remains unch~nged and in fun force and effect.

    15A. NAME AND TITLE OF SIGNER (Type or print)

    15B. CONTRACTORIOFFEROR

    (Signature of person authorized to sign)

    NSN 7540-01-152-8070 Preview, edition unusable

    16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

    15C. DATE SIGNED

    UNCLASSIFIED

    [(b)(3) CIAAct:=J

    ST AN OARD FORM 30 (REV. 10-83)

    Approved for Release: 2015/07/20 C06343029

  • C06343029 Approved for Release: 2015/07/20 C06343029 UNCLASSIFIED

    Table of Contents

    Description Page Number A Solicitation/Contract Fonn .............................................................................................................................. ..

    A. l Purpose of Contract Modification ...................................................................................................... 3 B Supplies or Services and Prices/Costs ............................................................................................................ 3

    152.216-741 Type of Contract and Consideration (FFP-LOET) (JUL 2007) ............................... .' ........... 5 152.232-720 Limitation of F~nds - fixed-Price Contract (JAN 2004) ..................................................... 8

    UNCLASSIFIED

    Approved for Release: 2015/07/20 C06343029

  • C06343029 Approved for Release: 2015/07/20 C06343029

    Contractor Name: CENTRA TECH1"4uLOGY INC Contract Number:2006-1151009-010 Modification Number: 017

    Section A - Solicitation/Contract Form

    A. I Purpose of Contract Modification.

    UNCLASSIFIED

    This is Contract Modification No. 017. The purpose of this modification is to:

    Page 3 of 10

    I) Increase total contract funding from I (b )( 4) Ito $38,418,674 as shown below. Clause 152.232-720 Limitati~:m of Funds - Fixed Price (JAN 2004) in Section B of the contract is updated accordingly.

    ICLIN !FROM: !BY: tro: (b)(3) NatSecAct j2 - RDI I ODNI

    frotal I (b )( 4) S38,418,674

    2) The additional[(b)(4)~\in funding.is added as CLIN 501. The value ofCLTN 500 is reduced by~l~)lto acco-modate the addition of CUN 501 for[(b)(4)~ There is no change to the total contract value, or value ofOY4, as a res-ult of this change. Please see Section B for additional information.

    3) Please do not bill against CUN 501 until CUN 500 is fully expensed. The Period of Performance for CUN 500 has been shortened in the automatic value and funding tables to 5/15/2012. This should provide enough time for the Contract-or to fully biU out CLIN 500. The additionai funding required for the current option year wiii be added to CLfl\i 50 i, just like occurred under this modification.

    All other contract te;ms and'conditions remain in full.force and effect.

    Section B - Supplies or Services and Prices/Costs

    UNCLASSIFIED

    Approved for Release: 2015/07/20 C06343029

  • C06343029 Approved for Release: 2015/07 /20 C06343029

    Contractor Name: CENTRA TECH"'10LOGY INC Contract Number:2006-1151009-010 Modification Number: 017

    500

    501

    Period Base Totals

    Petiod Exercised Options Totals

    Period Current (Base + Exercised Options) Totals

    UNCLASSIFIED

    (b )( 4)

    (b )( 4)

    UNCLASSIFIED

    Approved for Release: 2015/07/20 C06343029

    Page 4 of 10

  • C06343029 Approved for Release: 2015/07/20 C06343029

    I

    Contractor Name: CENTRA TECHrH)lOGY INC Contract Number:2006-1151009-010 Modification Number: 017

    Period Unexerclsed Options Totals

    Period Base and Options Totals

    Quantity Base Totals

    Quantity Exercised Options Totals

    Quantity Current (Base+ Exercised Options) Totals

    Quantity Unexercised Options Totals

    Quantity Base and Options Totals

    UNCLASSIFIED

    152.216-741 Type ofContract and Consideration (FFP-LOET) (JUL 2007)

    Page 5 of 10

    (b )( 4)

    (a) This is a Finn Fixed Price Level-of-Effort Tenn Contract as identified in FAR 16.207. The total price for full performance hereun-der is $41,989,521and is as follows:

    Element Base-Yr' Option Yr-I Option Yr-2 iOption Yr-3 Option Yr-4 rota) POP 04 .Jun 2007 03 ~4 Jun 2008 03 04 Jun 2009 03 P4 Jun 2010 03 04 Jun 2011 03 ~4 Jun 2007 03

    Jun 2008 ~Un 2009 Jun 2010 ~un 2011 Jun 2012 Jun 2012

    (b)(3) NatSecAct K:LIN2 I (b )( 4) &_DRG/RDI) ODNI trotal FFP-LOE \ $41,989,521

    *The value of OY 4 is split between CLINs 500 and 501. [( b) ( 4 )=:Jof OY 4 is listed under CUN 501. For the purposes of determin-ing contract value, LOE, and applying the fee reduction fommla, OY4 will be treated as show1i above.

    (b) The Contractor shall expend its best effort towards accomplishing the work outlined in the clause entitled "Scope of Task Order". , The lc_JI-of-effort required for total perfonnance under this task Order is a minimum of [(b)(4)

    1 labor hours and a maximum of (b )( 4) labor hours with a +/-3% variance is shown in the table below.

    (b )(3) NatSecAct (b )( 4)

    ODNI

    UNCLASSIFIED

    Approved for Release: 2015/07/20 C06343029

  • C06343029 Approved for Release: 2015/07/20 C06343029

    Contractor Name: CENTRA TECHNOLOGY INC Contract Number:2006-1151009-010 Modification Number: 017

    (b )(3) NatSecAct (b )(4)

    ICLIN2 (DRG-RDI): MIN/MAX LOE Element Base Yr Option Yr-I Option Yr-2 POP !04 Jun 2007 03 ~4 Jun 2008 04 Jun 2009

    Jun 2008 03 Jun 2009 ~Un 2010 +/-3% LOE LOE LOE

    Minimum 0 p Target 0 0 l\1aximum ) 0

    TOT AL MIN/MAX LOE Element Base Yr !Option Yr-J Option Yr-2 POP 04Jun2007 ~4 Jun 2008 03 ~4 Jun 2009

    03 Jun 2008 ~Un 2009 Jun 2010 ft/. 3% LOE LOE LOE !Minimum Target Maximum

    UNCLASSIFIED \

    Option Yr-3

    ODNI

    Option Yr-4 03 04 .Jun 2010 03 04 Jun 201 I

    ~Un 201 i Jun 2012 LOE LOE

    Option Yr-3 Option Yr-4 03 04 Jun 2010 03 04 Jun 2011

    Jun 201 l Jun 2012 LOE LOE

    Total 03 04 Jun 2007

    ~3 Jun 2012 LOE

    (b )( 4)

    Total 03 04 Jun 2007

    Jun 2012 LOI

  • C06343029 Approved for Release: 2015/07/20 C06343029 UNCLASSIFIED

    Contractor Name: CENTRA TECHNOLOGY INC Contract Number:20061151009-010 Modification Number: 017

    (b )(3) NatSecAct (b )( 4)

    K:UN2 (DRG-RDI): COMPOSITION Element Base Yr Option Yr-I

    - POP Parent 04 Jun 2007 04 Jun 2008 03 Jun 2008 03 Jun 2009

    Item# Labor Category - Labor Hrs Labor Hrs I

    14

    ki

    J'OTAL COMPOSITION Element Base Yr Option Yr-1 POP Parent 04 Jun 2007 04 Jun ~008

    03 Jun 2008 03 Jun 2009 Item# Labor Category - Labor Hrs Labor Hrs

    Option Yr-2 04 Jun 2009 03 Jun 2010 Labor Hrs

    (b )( 4)

    Option Yr-2 04 Jun 2009 03 Jun 2010 Labor Hrs

    I (b)(3) NatSecAct t2 (b )( 4) 3 f4 5

    l

    s 9 10 ll

    12

    Option Yr-3 ~4 Jun 2010 ~3 Jun 2011 Labor Hrs

    Option Yr-3 04 Jun 2010 03 Jun 2011 Labor Hrs

    Page 7 of 10

    ODNI

    K}ption Yr-4 Tota) 04 Jun 2011 04 Jun 2007 03 Jun 2012 03Jun2012 Labor Hrs Labor H'rs

    Option Yr-4 Total 04 Jun 2011 04 Jun 2007 03 Jun 2012 03.lun2012 Labor Hrs Labor Hrs

    ODNI

    (d) The Contractor shall continually evaluate the total level-of-effort required and recommend to the Government changes thereto which ure considered beneficial in attaining the overall objectives of this contract. In controlling the utilization of labor hours, the Contractor shall promptly notify the Contrncting Officer, in writing, when there is an indication that premature exhaustion of the total labor hours is predicted.

    ( e) It .is understood and agreed that. the rate of labor hours per month may fluctuate in pursuit of the technical objective; however, such fluctuations will be control1cd to avoid an exhaustion of the total labor hours of effort before the expiration of the tenn of the contract.

    (t) It is further agreed that the Contractor may submit written requests for accclcmtion of the average hourly rate of effort that will

    UNCLASSIFIED

    Approved for Release: 2015/07/20 C06343029

  • C06343029 Approved for Release: 2015/07/20 C06343029

    Contractor Name: CENTRA TECHNOLOGY INC Contract Number:2006-1151009-01 O Modification Number: 017

    UNCLASSIFIED

    Page 8 of 10

    result in the utilization of the total labor hours set forth above prior to the expiration date of this contract. If the contractor's request is approved by the Contracting Officer, the accelerated perfonnance shall be without increase in contract price and the transaction form-al izcd by modification to this contract.

    (g) The Firm Fixed Price for pcrfonnancc under this contract is predicated upon the Contractor furnishing at least the minimum but up to' and including the maximum level-of-effort specified. In the event the minimum level-of-effort is not provided as specified, the Contracting Officer shall either require the Contractor lo continue to perform work under the contract until the minimum lcvcl-of-cffort has been provided (if consistent with appropriations law) or make an equitable downward adjustment in contract price in ac-cordance with the following fonnula:

    Price Reduction "" FFP (in $) x (Target LOR Expended LOE)

    Target LOE I

    "Price Reduction" computed by the above formula is the dollar amount by which the contract price will be reduced. "FFP" in the above fommla means the fixed price specified in the.contract. "LOE" in the above fonnula means ''lcvcl-ofeffort".

    152.232-720 Limitation of Funds - Fixed-Price Contract (JAN 2004)

    (a) This Jinn-fixed-price contract is incrementally funded. The sum of $38,418,674 is presently available for payment and is allotted to this contract. The parties contemplate that the Government will allot funds to this contract in accordance with the following sched-ule:

    ODNI-~--~ $38,418,674 =(b )(3) NatSecAct !currently allotted as shown below:

    (b )( 4)

    (b )(3) NatSecAct (b )(4)

    ODNI

    I I I I I I I I

    CLIN2 (DRG-RDI)- FUNDS Element Prior Funds ------ lfu_n(ls/l\1oc:l:17 __ p:o~al Funds _JContr11ct Value __ j,)l_ffl!_r:.en_c,e ( -J_ Base-Yr (b )( 4) Option Yr-I Option Yr-2 Option Yr3 Option Yr-4/Ml7 Total:

    I I ,. I I

    ~OTALFUNDS I

    UNCLASSIFIED

    Approved for Release: 2015/07/20 C06343029

  • C06343029 Approved for Release: 2015/07/20 C06343029

    Contractor Name: CENTRA TECHNOLOGY INC Contract Number:2006-1151009-010 Modification Number: 017

    :Element Prior Funds IFunds/Mod-17 Aa~c-Yr (b )( 4) Option Yr-I Option Yr-2 Option Yr-3 Option Yr-4/M17 fotal:

    UNCLASSIFIED

    fotal Funds Contract Value !Difference ( ) (b)(4) (b)(4)

    $.38,418,674

    Page 9 of 10

    (b) The Contractor agrees to perfonn up to the point at which the total amount payable by the Government, including reimbursement in the event oftennination for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor will not be obligated to continue work on this contract beyond that point. The Government is not obligated to reimburse the Contractor for costs incurred in excess of the total amount allotted to this contract by the Government notwithstanding any lan-guage to the contrary in clauses elsewhere in this contract including but not limited to "Type of Contract and Consideration" and "Ter-mination for Convenience of the Government". As used in this clause, the total amount payable by the Government in the event of tcnnination for convenience includes costs incurred for work perfom1cd prior to termination, profit on work done by the Contractor for the terminated portion, and estimated tennination settlement costs.

    (c) Notwithstanding the dates specified in the allotment schedule in paragraph (a) of this clause, the Contractor will notify the Con-tracting Officer in writing at least 90 days before the date when, in the Contractor's best judgment, the total amount payable by the Government (including any cost for termination for convenience), will approximate 85 percent of the total amount allotted to the con-tract. The notification will state ( l) the estimated date when the Contractor will reach the 85 percent point and (2) an estimate of addi-tional funding, if any, needed to continue perfonnance of the contract up to the next scheduled date for allotment of funds identified in paragraph (a) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer or the estimated amount of additional funds that will be required for the timely pcrfonnancc of the contract effort funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (a) of this clause or otherwise agreed to by the parties. If the Government docs not allot additional funds by the date identified in the Contractor's notification, or by an agreed substitute date after such notification, the Contracting Officer will terminate any effort, for which additional funds have not been allot-ted, pursuant to the clause of this contract entitled "Tennination for Convenience ?f the Government".

    (d) When the Government allots additional funds for continued perfonnance of the contract, the parties will agree to the period of contract performance that will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the Contracting Officer will modify the contract accordingly. (e) If, solely by reason of failure of the Govcmm'cnt to allot additional funds by the dates indicated above in amounts sut1icient for timely pcrfonnance of the contract, the Contractor incurs additional cosL

  • C06343029 Approved for Release: 2015/07/20 C06343029

    Contractor Name: CENTRA TECHNOLOGY INC Contract Number:2006-1151009-010 Modification Number: 017

    Section F Deliveries or Performance PERIOD OF PERFORMANCE ITEM 500

    501

    START 06/04/2007

    02/01/2012

    END 05/15/2012

    06/03/2012

    UNCLASSIFIED

    UNCLASSIFIED

    Approved for Release: 2015/07/20 C06343029

    Page 10 of 10

  • C06343029 Approved for Release: 2015/07/20 C06343029

    ~Fax From:

    Phone;

    Fax:

    To: Phone:

    Fax; Company Nan-1e:

    Comments:

    (b)(3) CIAAct

    (b )(6)

    Please see attached for funding modification to Task Order No. 0 I 0.

    I I pages, including coversheet

    Thanks,

    (b)(3) CIAAct

    D Urgent D For Review D Please Comment D Please Reply

    Approved for Release: 2015/07/20 C06343029

    3/1/2012

    D Please Recycle

  • C06343026 Approved for Release: 2015/07/20 C06343026 UNCLASSIFIED

    AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT , I. CONTRACT ID CODE 'PAGE 1 Of 7

    2. AMENDMENT/MODIFICATION NO. 014

    3. EFFECTIVE DATE 12/17/2010

    4. REQUISITION/PURCHASE REQ. NO. , 5. PROJECT NO. (If appf&eable)

    CODE I.__ ____ _ 6. ISSUED BY CODE 7. ADMINISTERED BY (If otl'Mlr than Item 6) ....__ __ _.[(b)(3) CIAAcf] DESS Contracts (b)(3) CIAAct

    Washington, DC 20505

    8. NAME AND ADDRESS OF CONTRACTOR (No., street. country, state and ZIP Code)

    CENTRA TECHNOLOGY INC 25 BURLINGTON MALL ROAD SUITE 800 BURLINGTON, MA 01803

    CODE I FACILllY CODE /

    {X) 9A. AMENDMENT OF SOLICITATION NO. -98. DATED (SEE ITEM 11)

    10A. MODIFICATION OF CONTRACT/ORDER NO. 2006-1151009-010 x 108. DATED (SEE ITEM 11) 06/04/2007

    11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

    OThe above numbered solicitation Is amended as set forth in item 14. The hour and date specified for receipt of Offers O is extended, Dis not extendeo, Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing items 8 and 15, and returning copies of the amendmen1; (b) By acknowledging receipt of this amendment on each copy of the offer submitted;or (c) By separate letter or telegram which indudes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment your desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment. and is received prior to the opening hour and date specified.

    12. ACCOUNTING AND APPRC>PRIATION DATA (If required)

    13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

    CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT -------i ORDER NO. IN ITEM 10A.

    x 8. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date. etc.) SET FORTH IN ITEM 14. PURSUANT TO THE AUTHORITY OF FAR 43.103{b). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

    D. OTHER (Specify type of modification and authority)

    E. IMPORTANT: Contractor 0 is not. D fs required to sign this document and retum copies to the Issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF sedJon headings, Including solicitalton/c:ontrad subject matter where feaalble.) See Page-3.

    Except as provided herein, all terms and conditions of the document referenced In Item 9A or 10A. as heretofore changed. remains unchanged and In full force and effect

    15A. NAME ANO TITlE Of SIGNER (Type or print)

    156. CONTRACTORIOFFEROR

    NSN 7540-01-152-8070 Previous lldition unusable

    Classified By: Derived From:

    15C. DATE SIGNED 16E

    By

    Reason: UNCLASSIFIED

    (b)(3) CIAAct (b )(6)

    Approved for Release: 2015/07 /20 C06343026

    STANDARD FORM 30 (REV. 10-83}

    Declassify On:

  • C06343026 Approved for Release: 2015/07/20 C06343026 UNCI.ASSIFIED

    Table of Contents

    Description Page Number Solicitation/Contract Form ............................................................................................................................... .

    152.204-721 Use ofFacsimile Signatures (JUN 2002) ............................................................................. 3 Al. Ptnpose ofModification ..................................................................................................................... 3

    B Supplies or Services and Prices/Costs . ................. : ......................................................................................... 3 152.232-720 Limitation ofFunds - Fixed-Price Contract (JAN 2004) ..................................................... 4

    G Contract Administration Data .......................................................................................................................... . 152.232-717 Invoicing Instructions Unclassified Association (OCT 2009) ............................................. 5 152.232-725 Electronic Submission of Payment Requests Using IPP (SEP 2010) .................................. 6 152.232-727 Internet Payment Platform_ Initial Registration and Account Maintenance (SEP 2010) ...... 6

    Classified By: Derived From: Reason: UNCLASSIFIED

    Declassify On:

    Approved for Release: 2015/07 /20 C06343026

  • C06343026 Approved for Release: 2015/07/20 C06343026

    Contractor Name: CENTRA TECHNOLOGY INC Contract Number:2006-1151009-010 Modification Number: 014

    Section A - Solicitation/Contract Form

    152.204-721 Use of Facsimile Signatures (jUN 2002)

    UNCLASSIFIED

    Page 3 of 7

    This Contract document may be executed in counterparts, each of which shall be deemed an original, all of which together shaJI con-stitute one and the same instrument. Facsimile signatures will be regarded as authentic by all parties.

    Al. Purpose of Modification (b)(3) NatSecAct

    The purpose ofModification-14 is to add funding iODN I under pcriod-3 and add Internet Payment Platform (IPP) clauses. The task order value remains unchanged at[(b )( 4 )~gly, the following changes are accomplished under the . task order:

    1) Section B (Limitation of Funds), in~ase~riod-3 funding fro~c__ ___ (_b_)_( 4_) __ ~jto[ ( b) ( 4) J The task order cumu-lative funded amount is increased froni____ (b )( 4) f

    2) Section G (IPP Clauses), add clause 152.232-717 (Invoicing Instructions); 152.232-725 ( Electronic Submission of Payment Re-quests Using IPP); and 152.232-727 (Internet Payment Platform Initial Registration and Account Ma!ntenance ).

    Section B - Supplies or Services and Prices/Costs

    500 (b )(4)

    Period Exercised Options Totals:

    Period Current (Base+ Exercised Options) Totals:

    Period Unexercised Options Totals.

    Period Base and Options Totals:

    Quantity Base Totals:!

    UNCLASSIFIED

    Approved for Release: 2015/07/20 C06343026

  • C06343026 Approved for Release: 2015/07/20 C06343026

    Contractor Name: CENTRA TECHNOLOGY INC Contract Number:2006-1151009-010 Modification Number: 014

    Quantity Exercised Options Totals:

    Quantity Current (Base+ Exercised Options) Totals:

    Quantity Unexercised Options Totals:

    Quantity Base and Options Totals:

    UNCLASSIFIED

    ~' , .... -, y . "'". .'. CUN Funding;

    ... ,,,

    (b )( 4)

    152.232-720 Limitation ofFunds- Fixed-Price Contract (JAN 2004)

    Page 4 of 7

    . ; Cost:

    ,> < . , .. :.: .

    (a) This finn-fixcd-pricc contract is incrementally funded. The sum of $26,850,871 is presently available for payment and is allotted to this contract. The parties contemplate that the Government will allot funds to this contract Through 30 April 2011 in accordance with the following schedule:

    Prior Funds

    ption Yr-1 ption Yr-2 ption Yr-3

    unds!Mod-14 otal Funds

    (b )(3) NatSecAct (b )( 4)

    $ 26,850,871.00

    ontract Value Difference ( - )

    ODNI

    (b) The Contractor agrees to perform up to the point at which the total amount payable by the Government. including reimbursement in the event of termination for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor will not be obligated to .continue work on this contract beyond that point. The Government is not obligated to reimburse the Contractor for costs incurred in excess of the total amount allotted to this contract by the Government notwithstanding any lan-guage to the contrary in clauses elsewhere in this contract including but not limited to "Type of Contract and Consideration'1 and "Ter-mination for Convenience of the Government". As used in this clause, the total amount payable by the Government in the event of termination for convenience includes costs incurred for work performed prior to termination, profit on work done by the Contractor for the terminated portion, and estimated termination settlement costs.

    (e) Notwithstanding the dates specified in the allotment schedule in paragraph (a) of this clause, the Contractor will notify the Con-tracting Officer in writing at least 90 days before the date when, in the Contractor's best judgment, the total amount payable by the Government (including any cost for termination for convenience), wiJI approximate 85 percent of the total amount allotted to the con-tract. The notification will state (I) the estimated date when the Contractor will reach the 85 percent point and (2) an estimate of addi-tional funding, if any, needed to continue performance of the contract up to the next scheduled date for allotment of funds identified in paragraph (a) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely perfonnancc of the contract effort funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (a) of this clause or otherwise agreed to by the parties. If the Government does not allot additional funds by the date identified in the Contractor's notification, or by an agreed substitute date after such notification, the Contracting Officer will terminate any effort, for which additional funds have not been allot-ted, pursuant to the ciause of this contract entitied "Tennination for Convenience of the Government".

    ~d) When the Government allot,; additional funds for continued performance of the contract. the parties wilJ agree to the period of

    UNCLASSIFIED

    Approved for Release: 2015/07 /20 C06343026

  • C06343026 Approved for Release: 2015/07/20 C06343026

    Contractor Name: CENTRA TECHNOLOGY INC Contract Number:20061151009-010 Modification Number: 014

    UNCLASSIFIED

    Page 5 of 7

    contract performance that will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the Contracting Officer will modify the contract accordingly. ( c) If, solely by reason of failure of the Government to allot additional funds by the dates indicated above in a.mounts sufficient for timely performance of the contract, the Contractor incurs additional costs or is delayed in the performance of the work ~nder this con-tract and if additional funds are allotted, an equitable adjustment will be made in the price (including appropriate target, billing, and ceiling price where applicable) of the contract, or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "Disputes". (f) The Government may at any time before termination allot additional funds for perfonning the contract. (g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default". The provi-sions of this clause are limited to the work and allotment of funds for the contract as set forth in paragraph (a) of this clause. This clause no longer applies once the Government fully funds the contract, except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause. (h) Nothing in this clause affects the right of the Govcrnmentto terminate this contract pursuant to the clause of this contract entitled "Termination for Convenience of the Government".

    Section F - Deliveries or Performance PERIOD OF PERFORMANCE ITEM START 500 06/04/2007

    END 06/03/2011

    Section G - Contract Administration Data

    152.232-717 Invoicing Instructions Unclassified Association {OCT 2009)

    (a) Contractors may mail invoices to the following payment office: Vendor Payments Attn: Mail Roe( b) ( 3) CI AA ct] Washington, DC 20505. However, the pref~rred method of submitting

    invoices to the payment office is via facsimile ll'AX) machine. Contractors may use any of the numbers hstcd below. When Con-tractors transmit original invoices via FAX, do not follow up with additional mailed copies; doing so will cause your company to lose the FAX option.

    (b)(3) CIAAct (b) In addition to the items necessary per FAR 52.232-25, "Prompt Payment", a proper invoice must include:

    (1) Datc(s) supplies delivered or services performed. (2) Itemized cost elements and fee amounts for both the current inv(?ice's costs and for the cumulative cost elements and fee

    amounts (for cost reimbursable contracts); itemized labor categories (for time-and-material or labor-hour contract~).

    UNCLASSIFIED

    Approved for Release: 2015/07 /20 C06343026

  • C06343026 Approved for Release: 2015/07/20 C06343026

    .,_./

    Contractor Name: CENTRA TECHNOLOGY INC Contract Number:20061151009--010 Modification Number: 014

    ;

    UNCLASSIFIED

    Page 6 of 7

    (3) Invoice Linc Item Descriptions shall not contain any sensitive and/or classified information, nor identify the Sponsor or any of its facilities. Any invoice including such information will not be considered a proper invoice in accordance with the Prompt Payment Act and shall be rejected. Further, the submission of such an invoice may be considered a security incident. (c) The Contractor may make inquiries regarding invoices to the payment office

  • C06343026 Approved for Release: 2015/07/20 C06343026

    Contractor Name: CENTRA TECHNOLOGY INC Contract Number:2006-1151009-010 Modification Number: 014

    UNCLASSIFIED

    Page 7 of 7

    Agency.(b) Within 1-2 weeks after the contractis signed, the information provided in paragraph (a) will be forwarded to IPP and the company designated IPP account administrator will then receive three emails from the Treasury Web Applications Infrastructure's (T~ AI) email address [email protected]. (1) From "Treasury UPS User Administration" - a FMS Enterprise User ID and a link to a website that will allow the Company's POC to initialize an IPP account.(2) From "IPP User Administration" - the Company's IPP User ID, a link to the IPP Application, and the IPP Hclpdesk phone numbcr.p) Frorp "Treasury UPS User Administration" - the Company's IPP password (sent within 24 hours of the first two emails). ( c) During registration, one ( l) initial administrative user account is created for the company for the submitted TIN, regardless of the number of contracts or locations associated with the TIN. The lPP account administrator is required to set up all other company user accounts, including other administrators. Registration is complete when the IPP account administrator logs into the IPP website with the User ID and password provided by TWAI and accepts the "rules ofbehavior".(d) The Contractor shall access a first time login video found on the IPP homepage, which provides step-by-step instructions for logging into IPP for the first time. Other self-help videos, to include.creating and submitting invoices, arc available only after logging into IPP.(e) Passwords in IPP expire every 90 days. Fourteen days prior to the end of the 90-day period, IPP will send an email notification prompting you to change your password. If you do not change your password once durine tpc 90 days, or if you do not change your password when prompted to do so, you must contact the IPP Helpdesl(b )( 3) C IAActJ to unlock your account and to reset your password.(f) For application specific ques-tions such as how to create an invoice or how to set up notifications; contact the IPP Helpdesk. For questions related to the contract, contact the Y cndor ScrviccCent'( b) ( 3) Cj~ct,

    UNCLASSIFIED

    Approved for Release: 2015/07/20 C06343026

  • C06343025 03/29/2010 10: 45 c=Appr9ye_d f~r Release: 29~.?!.QJ!?P..,~9L,~~~~025 PAGE 02

    P.2 MAR.29.2010 5!36AM N0.173 UNCLASSIFIED

    'I, COffl.ACT ID CB t'~B OF PAG!lli AMENDl\mNT OF SOLICITATIONMODIFICATION OF COI\'TRACT I 2 2. ~!Mtlt)lFtC/lllmrN'o. It ~!)AT%! 4 1!.&Qt.n.am'O~t'JI.Q, NO. 15' ~?'O. (11.:pplf~abl,J

    Madifieatlott r-:o. Eleven (11) 12March2010 9.S001M?

  • C06343025 Approved for Release: 2015/07/20 C06343025 UNCLASSU'IED

    , I. CONTllACI' !I) CODE ri\~I,

    OF l'A(iliS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I 2 2. /\MENDMI\NT/MOl>lllCATION NO. r ~,;;~:~t~A';~lO ,L REQUJSJTIONfl'lJl-lClfASl', REQ, NO. r PROJECT No.1/f a1i11/ia,MrJ Modification No. Eleven (11) 950010770630-0 c,. ISSlJEI) BY COJ)EI 7. i\J)MINISTEl{EJ) llY (ljmhe.-1ha11 lt,m6) COi liq

    Contracts Staff (b)(3) CIAAcCl [(b)(3) CIAAct=1

    Washington, DC 2.0505 ~- NAME ,\ND AIH>Rl~~S OFCONTRAC!"OR (No. Srrar. cm111r_,,. Sime mu! ZIP: Cotir) (v') 91\. AMENDMENT OF SOI .ICITA'l'ION N< I. -Centra Technology Inc.

    25 Burlington Mall Road, Suite 500 911. DAlliD {SEE ITE,'1-f ii) Burlington, MA 01803

    -------1-~ (b )(6) ---1 Ill/\. Mlll)ll~C/\TION Ol'CNTl(At:T/OH.l>l!R NO. x 2006*1151009~010

    Hiii. IJ/\TilD (SHf; ffEM l.l)

    CODE: 11617 I FACII.ITY COlll: 0001 04 June 2007 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

    O The ahove num~rcd solicitation is ancnc.lcd as set forth in Item 14. The hour and date specified for receipt of Offers D is extended. D is not extended. Offer:; must acknowledge receipt of this amendment prior tu the hour and date spedfied in the solicitation or as amended. oy one of the following methods: (a) By rnmplcting Items 8 and 15. and returning one(!) copy of the arncndment; (b) By acknowledging receipt of this nmcndn~nt on each copy of the offer suhmiltcd: or {c;J 13y sepurme letter or telegram which includes a reference to lhe solicitation and an-cndncnt numbers. fAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIUNATl:D rOR THE RECEIPT OF OFFERS PRIOR TO TH]~ HOUR AND DATA SPEC1!-1ED MAY RESULT IN l{rJECTION Or YOUR 'OfFER. If bv virtue of this :imcndn-cm you desire to change an offer already suhmittcd, such change may be made hy telegram or letter, provided each telegram or letter makes reference to the solicitnrion and thi, amcndnx:nt. and is rci:cived prior to the opening hour and dam specified. 12. ACCOUNTIN(i /\Nil Al'PROl'Rlt\TlON D/\T/\ (lfrrq11imll

    Increase Contract Value Hy: $4,645,166 Increase Contract Funding By: $3,983,481 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS.

    IT MODIFIES THE CONTRACT/ORDER NO, AS DESCRIBED IN ITEM I 4. (II') A. TlllSCIIANCiEORDER IS ISSUl'D PURSlJANTTO: (Spnifra11rhoriry) Tiil: CHANGES SET FORTfl IN ITl!M.14 ARE MADE IN TIWCONTH,\CT ORlll'.R NO. IN ITEM 10,\. -

    JI. THE AUOVE NUMBERED CON11{/\Cf/OKDER IS lvtOl)IFIIJJ TO KEl~.ECT TIIE /\DMJNJSTKA"nVE CIIANGES (J11ch

  • C06343025 Approved for Release: 2015/07/20 C06343025

    Contractor: Centra Technology Inc . Contract Number: 2006*1151009*010 Modification Number: Eleven (ll) Page: 2 of 2 ,

    UNCLASSIFIED

    This contract may be executed in counter parts, each of which shall be deemed an original, all of which together shall constitute one and the same instrument. Facsimile signatures will be regarded as authentic by all parties.

    A (b)(3) NatSecAct (b )( 4)

    B. Remove and substitute the pages indicated below, attached hereto and a part of hereof:

    RemovePae:e Insert Pa!!e . 3 3 8 8 9 9 11 11

    ODNI

    C. Except as provided herein, all other tenns and conditions of this contract remain unchanged and in full force and effect.

    IJNCT ,ASSTFIF.n

    Approved for Release: 2015/07/20 C06343025

  • C06343025 Approved for Release: 2015/07/20 C06343025

    Contractor: Centra Technology Contract Numbcr:.2006*1151009*010 Page: 3 of 15

    UNCLASSIFIED

    SECTION B SUPPLIES OR SERVICES AND PRICES/COSTS

    B-1. 152.216-741 Type of Task Order and Consideration (FFP-LOET) (NOV 2005) (a) This is a Firm Fixed Price Level-of-Effort Term Task Order as identified in FAR 16.207. The total price for full performance hereunder is $21,513,284 and is as shown:

    Element Base-Yr Option Yr-1 OptionYr-2 Option Yr-31 Total

    Performance Period 04 Jun 2007 04Jun2008 04Jun 2009 04 Jun20101 04Jun 2007 03 Jun 2008 03 Jun 2009 03 Jun.2010 ~3 Jun 2011 03 Jun 2011

    '

    CLIN 2 (DRG/RDI) (b)(3) NatSecAct ODNI Total FFP-LOE (b)(4) I$ 21,513,284

    0

    (b) The Contractor shall expend its best effort towards accomplishing the work outlined in the clause entitled "Scope of Task Order". The level-of-effort required for total performance under this task Order is a minimum of (b )( 4) ]labor hours and a maximum of (b )( 4) ]tabor hours with a +/-3% variance is shown in the table below.

    Element Base Yr . Option Yr l Option Yr2 Option Yr-3 Total

    Performance Period 04 Jun 2007 04 Jun 2008 04 Jun ioo9 04 Jun 2010 04Jun 2007 03 Jun 2008 03 Jun 2009 03 .Jun.2010 03 Jun 2011 03 Jun 2011 (3% Swing) LOE LOE LOE LOE LOE Minimum

    Tar2et. (b )(4) Maximum

    (c) The estimated composition ofthe total labor-hours under this TaskOrder is[(b)(4)Jand is as follows:

    Element Base Yr Option Yr-1 Option Yr-2 Option Yr-3 Total

    .Item# POP Parent 04 Jun 2007 04 Jun 2008 04 Jun 2009 04 Jun 2010 04Jun 2007

    1

    6

    10 1l

    Com anv 03 Jun 2008 03 Jun 2009 03 Jun 2010 03 un 2011 03 un 2011 (b)(3) NatSecAct (b )( 4)

    ODNI

    UNLLAS~U'IJ!.;U

    Approved for Release: 2015/07/20 C06343025

  • C06343025 Approved for Release: 2015/07/20 C06343025

    Contractor: Centra Technology Contract Number: 2006*1151009*010 Page: 8 of 15

    B-4. Priced Options

    UNCLASSIFIED

    The Following Option Remains Unexercised:

    1ption : 0 . 4 04J une 2011 03 J - unc 2012 Option Year 04

    FFP I _(b)(4) I . LOE (b )( 4) I

    B.5 152.232-720 Limitation of Funds - Fixed-Price Task Order (JAN 2004)

    (a) This firm-fixed-price task order is incrementally funded. The sum of $19,090,718 is presently available for payment and is allotted to this task order. The parties contemplate that the Government will allot funds to this task order Through 31 December 2010 in accordance with the following table: ,

    Previously Funds Per Total Element Funded This Action Funded Contract Difference

    Amount {Mo.-1.) 1) AmounL_ Vnhu ( . '\ Base-Yr (b )( 4) (b )( 4) (b )( 4) Option Yr-1 Option Yr-2 Option Yr-2/Mod-11 Option Y r-3/Mod-l l Total: I$ 19;090,118

    (b) The Contractor agrees to perform up to the point at which the. total amount payable by the Government, including reimbursement in the event of termination for the Government's convenience, approximates the total amount currently allotted to the task order. The Contractor wili not be obligated to continue work on this task order beyond that point. The Government is not obligated to reimburse the Contractor for costs incurred in excess of the total amount allotted to this task order by the Government notwithstanding any language to the contrary in clauses elsewhere in this task order including hut not limited to "Type of Task order and Consideration" and "Termination for-Convenience of the Government". As used in this clause, the total amount payable by the Government in the event of termination for convenience includes costs incurred for work performed prior to termination, profit on work done by the,Contractor for the terminated portion, and estimated termination settlement costs. (c) Notwithstanding the dates specified in the allotment schedule in paragraph (a) of this clause, the Contractor will notify the Contracting Officer in writing at least 90 days before the date when, in the Contractor's best judgment, the total amount payable by the Government (including any cost for termination for convenience), will approximate 85 percent of the total amount allotted to the task order. The notification wiil state (l) the estimated date when the Contractor will teach the 85 percent point and (2) an estimate of additionaJ funding, if any, needed to continue performance of the task order up to the next scheduled date for allotment of funds identified in paragraph (a) of this cJause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the task order effort funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (a) of this clause or otherwise agreed to by the parties. If the Government does not allot additional funds by the date identified in the Contractor's notification, or by an agreed substitute date after such notification, the Contracting Officer will terminate any effort, for which .additi~nal funds have not been allotted, pursuant to the clause of this task order entitled "Termination for Convenience of the Government".

    UNU .. ASSl.FHm

    Approved for Release: 2015/07/20 C06343025

  • C06343025 Approved for Release: 2015/07/20 C06343025

    Contractor: Centra Technology Contract Number: 2006*1.151009*010 Page: 9 of 15

    UNCLASSIFIED

    (d) When the Government allots additional funds for continued performance of the task order, the parties will agree to the period of task order performance that will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the Contracting Officer will modify the task order accordingly.

    (e) If, solely by reason of failure of the Governmentto allot additional funds by the dates indicated above in amounts sufficient for timely performance of the task order, the Contracfor incurs addttional costs or is delayed in the performance of the work under this task order and if additional funds are a1Iotted, an equitable adjustment will be made in the price (including appropriate target, billing, and ceiling price where appiicable) of the task order, or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "Disputes". (f) The Gov.ernment may at any time before termination allot additional funds for performing the task order. (g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default". The provisions of this clause are limited to the work and allotment of funds for the task order as set forth in paragraph (a) of this clause. This clause no longer applies once the Government fully funds the task order, except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause.

    (h) Nothing in this clause affects theright of the Government to terminate this task order pursuant to the clause of this task order entitled "Termination for Convenience of the Government".

    UNCLASSU'IED

    Approved for Release: 2015/07 /20 C06343025

  • C06343025 Approved for Release: 2015/07/20 C06343025

    Contractor: Centra Technology Contract Number: 2006*1151009*010 Page: 11.of 15

    UNCLASSIFIED

    SECTION.F - DELIVERIES OR PERFORMANCE

    F~l. 152.211-7.05 Period of Performance (AUG 1996)

    The period of performanceoUhis contract shall be from 04 June 2007 Through 03 June 2011.

    :F-2. 152.2U-707 Place ofPenonnance (AUG 1996)

    The principal place of performance under this contract shall be at the ~ponsor's facility in the Wasl)ington, DC metropolitan area.

    F-3. 152.242-708 Contract Status Report (NOV 2005)

    )

    (a) Monthly contracts status reports for each Task Order shall be submitted two (2) copies to the Contracting Officer not later than 15 calendar days after the close oft he month covered by the report. Such report shall be in the format as provided in the attached Monthly Contract Status Report exemplar and in accordance with the Statement of Objectives (SOO). Failure to submitthis report will result in delay in payment of invoices.

    (b) The Monthly Contract Status Report for.this contract will consist of the fol1owing template sections: Contract Summaty Program Actuals Program Planned Financial/Hourly Summary RolJing Plan

    Approved for R.elease: 2015/07/20 C06343025

  • C06343025 Approved for Release: 2015/07/20 C06343025 I

    NatSecAct

    ODNI

    Approved for Release: 2015/07 /20 C06343025

  • C06343025 Approved for Release: 2015/07/20 C06343025

    New Memo (b)(3) NatSecAct

    ODNI

    New Memo

    Approved for Release: 2015/07 /20 C06343025

  • C06251057

    I

    STATEMENT OF WORK

    DRG Support

    31 May 2012

    1.0. (U) INTRODUCTION

    -tetThe DCIA's Director's Review Group (DRG) is charged.with providing immediate and timely support to The Central Intelligence Agency's (CIA) response to investigations by the Department of Justice (DOJ) and Congress,! (b)(1) f This statement of work identifies specific tasks to be completed by the Contractor in support of DRG' s efforts. This contract is funded by DCIA area funds; the products will support CIA's requirements to meet the Committee's Review Terms of Reference.

    2.0. (U) BACKGROUND

    fS,~~H~-j DRG serves as the primary focal point for the collection, review, and production of CIA d.ocuments to DOJ and Congress. Accordingly, DRG manages all requests from the investigations and ensures CIA's compEance with the requirements of these investiga6ons. These document management requirements involve classified hardcopy and electronic data obtained from across all CIA Directorates and Divisions. [(b)(1 CJ

    [_ --~ -~~-~- ---~-~~)(1 ' 3.0. (U) SCOPE OF EFFORT (b )( 4) 3.1. (-? Purpose: The Contractor shall provide [_Jull-time personnel to support the following requirements. The purpose of this contract is to p~o~ide i11teg_!~~Q_P_I2g_!~mmati~~-l:1PP2_~t f9r __ RfQsLocum~l}t collection, review, and production efforts[~~-- -- - --~ (b)(1) - [

    3.2. (U) Contract Type: The government anticipates that this task order will be issued on a Fixed Firm Price, Level of Effort (LOE) basis.

    4.0. (U) TECHNICAL REQUIREMENTSffASKS

    ODNI

    (b)(3) (b)(3) NatSecAct

    (b)(3) NatSecAct (b)(4)

    I

    ODNI 50 use 3024(m)(l)

    Page 1 of 3

    SECRE'f //liOFCPJJ . ,

    Approved for Release: 2015/07/17 C06251057

  • co 62 510 5 7 ,,:... ,:,:r:,nr,...,r:n 1 ,,...,.,_,...,._,..,...,. ( . A~oved for Release: 2015/07/20 C06251057

    Contr'f~tor.shall nominate for cances only employees to this contract. have been pre-screened by the Contractor and who are specifically intended for assignment to this contract.

    (U) Compliance: United St.ates Government rules, regulations, direction, and requirements issued by the Contracting Officer or other authorized personnel for good order, administration, and security shall apply to all Contractor personnel who enter the Sponsor's facilities. This shall include compliance with HR 10-26, Automated Information System Security, if any type of computer systems or data storage media will be brought into sponsor facilities. The Sponsor reserves the right to refuse and/or terminate any and all security clearances applied for/and or process~d. The Contractor shall not reassign' to another Sponsor component any person who has been cleared specifically for this contract without the express written approval of the COTR. The Contractor shall cooperate fully in all security matters, which may arise relating to this contract. .

    8.0 (U) PLACE OF PERFORMANCE/PERIOD OF PERFORMANCE

    8.1. (U) The principal place of performance will be at a Government facility located in Northern Virginia. Specific tasks undertaken by the Contractor will require Sponsor to provide workspace for on-site personnel.

    8.2 (U) The period of performance shall be as follows: CUN I I Base Period: 4 June 2012- 31 October 2012 CLIN 2 I Option Period 1: 1 November 2012- 31 January 2013 CUN 3 I Optjon Period 2: 1 February 2013 - 3 June 2013

    9.0 (U) GOVERNMENT FURNISHED PROPERTY (Equipment and/or Information)

    (U) Government furnished property, including information, will be limited to the information transmitted from COTR to Contractor for the purpose of establishing and clarifying Contractor's tasks. Classified information may be included in these transfers of information. At the end of this contract, Contractor will return or destroy such classified information, if any. If destroyed, Contractor must provide written certification ~f when and how the classified material was destroyed; all methods of destruction must meet DCID 6/3, DCID 6/9, or NISPOM standards.

    10.0 (U) APPLICABLE DOCUMENTS

    NIA

    11.0 (U) SPECIAL CONSIDERATIONS/REQUIREMENTS.

    NIA

    Page 3 of 3 SECHET//HOFOfUJ

    Approved for Release: 2015/07/20 C06251057

  • C06251057

    5.0 DELIVERABLES

    / cnonnrn I tuonovn ( .. Approved for Release: 2015/07/20 C06251057 --------

    (b)(3) NatSecAct (b )( 4)

    5.3. (U) Contractor shall meet with and deliver monthly contract status reports to the COTR and to the Contracting Officer (one copy each) within the first ten workin da s of the month. Contractor shall re ort financial data in sufficient detail to describe costs (b)(3) NatSecAct ODNI

    6.0 (U) TRAVEL

    EQ, DRG does not anticipate a need for Contractor personnel to travel outside of the Washington D.C. area. If circumstances requiring Contractor personnel to travel out of the area arise, DRG will be responsible for funding such travel.

    7.0 (U) SECURITY

    (U) General: At the time of proposal submission, the personnel provided by the Contractor to fulfill task 4.1 to work at Sponsor's facility on-site must hold a Sponsor ISSA/TS clearances. The Contractor's work in the Sponsor's facilities shall be performed under strict security conditions. All Contractor employees assigI?ed to work in Sponsor facilities must be U.S. citizens. Contractor personnel who do not hold valid security clearances to Sponsor facilities must coordinate their visits in advance with the COTR.

    (U) Association: The association between the Contractor and the Sponsor is UNCLASSJFIED.

    (U) Personnel: The Sponsor shall have and exercise full and complete control over granting, denying, withholding, or tern:iinating security clearances for Contractor employees. The Contractor is responsible for pre-screening all proposed candidates for assignment to the contract to ensure an acceptable rate of success in meeting the security requirements.

    (U) The resumes of key Contractor personnel who are nominated by the Contractor for assignment to the contract shall be presented to the COTR for review and approval. Contractor must have sufficient personnel with ISSA/TS clearances at the time of contract award to begin immediate fulfillment of tasks and to provide quality service.

    (U) The Contractor shall plan for attrition by careful scheduling and advance preparation and submission of clearance requests. A sufficient number of relief personnel to cover absenteeism and special events shall be cleared to ensure quality service. The COTR will pre-approve all personnel submitted for a clearance. The

    Page 2 of 3

    Approved for Release: 2015/07 /20 C06251057

  • .. ) . I ... ( . . ... (

    Approved for Release: 2015/07/20 C06251056 - . Ul~LLA~~lt' l.t.lJ -

    C06251056

    ODNI 50 USC 3024 (m) ( 1) Contracts Staff(b)(3 ) I I Washington DC, 20505

    1 June 2012

    Centra Technology, Inc. 25 Burlington Mall Road, Suite 500 Burlington, MA 01803 ___ ,,_____________ ~------~-g

    (b )(6) 0 NI

    SUBJECT:

    REFERENCE:

    Request for Proposal for New Task Ord