You are on page 1of 152

N

cs:,

June 11, 2012

w
CL

.......,
()

-5
Cl)

CENTRA Technology, Inc.


CP: M-12-084
Contract 2006'*1151009"'023

(./)

.......,

cu

FFP/lOE

.............

Summary

..--...
0

.0
....._...

("')

o~
("') (!:.

("')

("')

"'2"

"'2" c

("') _J

coo

ciJN

Oz

.. f>OP .

:r

oo
o}:!!

0001: Sase P~rioc:I -

~<I
I'- Cl'.

0003: Option_ Period 2.

FfP.

LQ~

I FT .

l'-

LO

0
N

N
(1)

(])

~-

(/)

ro
(1)

(/)

ro

....-

(1)

...........

.Q

0:::

0:::

.e

4-

"O

"0

(1)

(1)

.............

>
0

e>

(0

.._
.............
.0.

Q_
Q_

Q_
Q_ .._

<C

<(

'<:t

..

..--1
C]'l

..--1

(!;)
(!;)

(Y)

'-.
(Y)

'-

o~
(Y)

<::::ti
(Y)

"D
0

<O

11/01/12 - 01/31/13 _
.............
02/01/13 -.05/03/13 :9.,

-z
LOW
~o

('()

. 06/oti112-10/31/i2 I.............

OQ-02: Option Period 1

ol-'-

I.

CfNTRA Technology. Inc. Proprietary

C06343030
01/13/2002

19!14

[~-P.pproved for Release: 2015/07/20 C06343030


D) ( 0)

\ ,

PAGE

CENTRA TECHNOLOGY

03

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

ODNI

(b )(4)
-~

(b)(rr\
I

\\",""",,"'
..........

I
.........

II

,./

Approved for Release: 2015/07 /20 C06343030

C06343030
01/13/2002

19:14

CApproved for Release: 2015/07/20 C06343030


\ o) \ t>)
I
, CENTRA TECHNOLOGY

PAGE

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

ODNI

(b )( 4)

Approved for Release: 2015/07/20 C06343030

04

C06343030
01/13/2002

19:14

~--------_A
____ pp roved fo_r Release: 2015/07 /20 C063430_ 3o

r.___

(b )(6) __j

I
i

CENTRA _TECHNOLD~Y

'

PAGE

(b)(3) NatSecAct

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

ODNI

(b )( 4)

Approved for Release: 2015/07/20 C06343030

05

C06343024

Approved for Release: 2015/07/20 C06343024


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

, I. CONT!UCT II> CODI I

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

2. AMl'.Nl>MENT!MOl)ll'IC/\TJON NO.

Modification No. Ten (10)


6. ISS\)ED IJY

4. REQUJSITION/l'URCI-IASE RE(,). NO.

7. ADMINISTEKED BY (fforh,r rh11n /mn 6)

COllEI

[(b)(3) CIAAct

Contracts Staff

l'A(iliS

l'ROJl!CT NO. (If "l'J>lim/J/e)

100110770115-0

~;E~:;:~T;010

r 1"7

OF

CODEI

-~,

(b~3~ CIAActr

- as-ington, DC 20505
(v)

X. N/\Ml: AND ADDIU:SS Ol'CONTRACTOR (Nn. Strfet. cmmry. State 1111d "LIP: Cv,I<}

Ccntra TechnoJogy Inc.


25 Burlington Mall Road, Suite 500
Burlington, MA 01803

(b)(6)

corn;: 11617

IJA. /\.MEN] >MENT or SOLICIT,\TION NO.

m.

D/\Tllll (SEH ITEM II)

JO!\. MOl>ll'!C,\TION Ol' CONTR,\Cl'/OIWl(R NO.

2006* 1151009-010
J()!l. IJATliD (SEE ITEM /J)

IF/\CIUTY C()f)E 0001


04 June 2007
I I. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

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.

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/\TA 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 I03(h). & J 52.21 (i. 727 8.: 152.216-

C.

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

I).

no

OTHER Sp<.'Cify tyix:. ofmodiftcatinn anti authority)

UNILATERAL- FAR 43.103 (h) (3) B-5 Limitation of Funds

E. IMPORTANT: Contractor is not required to sign this document and return a copy to the issuing office.
1-1. l)E:.CRll'T!ON OF AMENDMENT/MOllll'ICATION (Orl(ani:etl hy UCf-.,.,c,ion Jr,a1li11,:s. i11d//l!ing solidwri11rtlconm.u.:1.,11/1jec1 ma11" ,,here fn1.,ibl<'.}

See Page Two.

16A. NAME ANO TITLE OF CONTRACTING O!'FICER !Type or prim)

J.'i.'\. NAME AND TITLE OF SIGNER (Trpe or print)

b)(3) CIAAct]
1

15C. DATE SIUNEO

I 5B. CONTRACTOR/OFrl:ROR

16R. UNITED STATES OF AME_RI---'-QA~----,

(Signar11re of person ourhorized to sign}

NSN 7540-01-1 ~2-8070


PREVIOUS EDITION UNUSABLE

l(iC. DATE S!C1NED

--(b)(6) .

RY [
-

(Signo111re oJCv111n1c1ing O!Jica)

30-!05

Computer Generated

Approved for Release: 2015/07/20 C06343024

MM. 2..b lO

STANDARD FORM 30 (REV. 10-83)


Prescrihed by GSA
FAR (48 (TR) SJ.243

UNCLASSIFIED

dS).5

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)
ODNI

~o (b )( 4)

The DRG/RDI pro ram office efforts

are.currently flll]yfui:icie_~~forp~~ioct--.~'.L___ _ _ _ _- - r - = = - ~ - - - - - - - : - ~ (b)(3) NatSecAct


_ Thebaseycaris (b)(4)

0h;~

(b)(4)(b)(4)
cumulative funded amount is increased from
task order cumulative value .remains unchanged at (b )( 4)

The

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

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

UNCLASSIFIED

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

Element
Base-Yr
Option Yr-I
Option Yr-2
Option Yr-2/Mod-10
Total:

Previously
Funded
Amount

(b )( 4)

Funds Per
This Action
(Mnd- 10)

Total
Funded
Amount

Contract
Value

(b )( 4)

Difference
(

-)

(b )( 4)

$ 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

UNCLASSIFIED

Centra Technology
Contract No: 2006*1151009*010
Page 12 of 15
SECTIONG- CONTRACT ADMINISTRATION DATA
G-1. 152.242-701 Authority.and Designation of a Contracting Otlicer's Technical Representative
(COTR) (MAR 2004)

to

(a) Authority: Performance of this contract is subject 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-ofdiscipline 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

A_p_p_ro__,yed for Release: 2015/07/20 C06343029

17 : 37 FAX\

~UUUUUUUl

L__ _ _

P. 2

NO. 729

MAR. 1. 2012 10: 31 AM

UNCI.ASSIFU:D

11 C0NTRACr IOCOOE
1.~0ATr;

15..PROJECTNC,(lf~lc)

02121/2012
e.iseufOBY

ccioe

COOE

f..______

CONTRACTS STAFF

(b)(3) CIAAct

Washington, DC 20505

a.. NAME ANO AIJDReSS OF CONTRACTOR (No..~ COl.lnlly, $1818 Md ZlP Cada)

(X)

CENTRATECHNOLOGYINC
25 BURLINGTON MALL ROAD SUITE 800

ilA. AMEND MS NT tlF SOUC1TA'llON fdO.

GEUlATI;o (SE! m!M ,, )

BURL.INGTON, MA 01803

10A. I.IOCHRCATIOIII OF CONTRACTICROEA NO,

06/0412007

I FACIU'N CODE

CODE

2006-1151009-010
106. DATED (Siiti; J'l'$.I 1'1)

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 1S, al'ld ~ n g
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 I n ~ ai ltlfeft,noe II) ll'li!
arid .amGndmenl nu~. FAILURE OF YOUR ACKNOWl.EOGMENT TO Bi;
Rl;CEl.VED AT
PLACE DeSlGNATEO FOR THE FU:CelPT OF OFFERS PRIOR TO THE HOUR .Mil:) OA'TE SPEClFIEO MAy RESULT JN Rl:JECTION OF YOUR
OFFER. If by Wftle r:tl this -amandme-rrt your desl1e t o ~ 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.

nie

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

m:M ONLY APPLIES TO MODIACATION OF CONTRACTS/ORDERS.


IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

13. THIS

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.

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!JQAYION (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

J,~
I
I

AH

16A. NAME ANO T!TI..E OF CONTRAC'T'lNG OFFICER('fype Cf pl'il'lt)

en

I (b}{3) CIAAct

Conm,l{~r

(b )(6)

1SC. DATE SIG."EI)

,.....

~\
v- \h-t..

1flC. tlATe SIGN~

tnb)(3f CIAAct"'

81

(b)(6)

lr'I#~

STANDAR.D FORM 30 ('REV.


TU3)

Approved for Release: 2015/07 /20 C06343029

C06343029

Approved for Release: 2015/07/20 C06343029


UNCLASSIFIED

11.

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT


2. AMENDMENT/MODIFICATION NO.

3. EFFECTIVE DATE

017

CONTRACT ID CODE

IPAGE 1 OF 10

4. REQUISITION/PURCHASE REQ. NO.

15. PROJECT NO. (If applicable)

7. ADMINISTERED BY (If other than Item 6)

CODE

02/21/2012

6. ISSUED BY

CODE

CONTRACTS STAFF

(b) (3J CIAAct

asrnngton, DC 20505

C(b)(3) CIAAct==1

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

(X)

CENTRA TECHNOLOGY INC


25 BURLINGTON MALL ROAD SUITE 800
BURLINGTON, MA 01803

9A. AMENDMENT OF SOLICITATION NO.

98. DATED (SEE ITEM 11)

10A. MODIFICATION 01; CONTRACT/ORDER NO.

108. DATED (SEE ITEM 11)

06/04/2007

I FACILITY CODE

CODE

2006-1151009-010

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

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

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).

-----1 ORDER NO. IN ITEM 10A.

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


D. OTHER (Specify type of modification and authority)

E.

IMPORTANT: Contractor

is not,

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.<1 and conditions of the document referencod in Item 9A or 10A, as heretofore changed, remains unch1mged and in fun force and effect.

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

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

[(b)(3) CIAAc(]
15C. DATE SIGNED

158. CONTRACTORIOFFEROR

1( b)'T3)
8
~(b)(6)----~

16

CIAA~tCPIC~

(Signature of person authorized to sign)

16C. DATE SIGNED

i,a_;..~J.tl 1...

STANDARD FORM 30

NSN 754001152-8070
Previou~ edition unusable

10-83)
UNCLASSIFIED

Approved for Release: 2015/07/20 C06343029

(REV.

C06343029

Approved for Release: 2015/07/20 C06343029


UNCLASSIFIED

Table of Contents

Description

A
B

Page Number

Solicitation/Contract Fonn .............................................................................................................................. ..


/\..1 Purpose of Contract Modification ...................................................................................................... 3
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


UNCLASSIFIED

Page 3 of 10

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

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

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:

12 - RDI
tTotal

I
1

tro:

IBY:

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

ODNI
~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 accoThere is no change to the total contract value, or value of OY4, as a resrnodate the addition of CLIN 501 for[(b )(4
ult of this change. Please see Section B for additional information.

):=J

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 Contractor 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


UNCLASSIFIED

Contractor Name: CENTRA TECH1'40LOGYINC


Contract Number:2006-1151009-010
Modification Number: 017

Page 4 of 10

(b )( 4)

500

501

(b )( 4)

Period Base Totals

Peifod Exercised Options Totals


Period Current (Base + Exercised Options) Totals

UNCLASSIFIED

Approved for Release: 2015/07/20 C06343029

C06343029

Approved for Release: 2015/07 /20 C06343029


UNCLASSIFIED

Page 5 of 10

Contractor Name: CENTRA TECHNuLOGY INC


Contract Number:2006-1151009-010
Modification Number: 017

(b )( 4)

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

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


(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

POP

04 .Jun 2007
Jun 2008

I
'LIN2
DRG/RDI)

fTotal FFP-LOE

Option Yr-I

!Option Yr-2

03 04 Jun 2008

03 Kl4 Jun 2009

Jun 2009

Jun 2010

ODNI

03

Option Yr-3

Option Yr-4

04 Jun 2010

03 04 Jun 2011

03 j)4 Jun 2007

Jun2012

~un2012

Jun2011

rota I
03

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

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

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

UNCLASSIFIED

Approved for Release: 2015/07/20 C06343029

C06343029

Approved for Release: 2015/07 /20 C06343029


UNCLASSIFIED
\

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:2006-1151009-01 O
Modification Number: 017

Page 6 of 10

(b )(3) NatSecAct
(b )(4)
ODNI
('LIN2 (DRG-RDI): MIN/MAX LOE
Element

Base Yr

POP

!04 Jun 2007

Option Yr-1

Option Yr-2

03 04 Jun 2008

04 Jun.2009

03

Option Yr-3

Option Yr-4

04 ,Jun 2010

03 04 Jun 2011

!Jun 2008

03 Jun 2009

Jun 2010

Jun 201

LOE

LOE

LOE

LOE

Minimum

Target

l\1aximum

+/-3%

Total
03 04 Jun 2007

Jun 2012

03 .lun 2012

LOE

LOE

(b)(4)

TOTAL MIN/MAX LOE


Element

Base Yr

Option Yr-1

POP

04Jun2007

04 .Jun 2008 03 04 Jun 2009 03 04 Jun 2010 03 04 Jun 2011 03 04 Jun 2007

03 Jun 2008
+/-3%

LOE

Option Yr-2

Option Yr-3

Option Yr-4

Total

Jun 2009

Jun 2010

Jun 20) l

Jun2012

Jun 2012

LOE

LOE

LOE

LOE

LOE

03

Minimum

(b )( 4)

Target
Maximum

(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

C06343029

Approved for Release: 2015/07/20 C06343029


UNCLASSIFIED

Page 7 of 10

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:2006-1151009-010
Modification Number: 017

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

ODNI

CLIN2 (ORGRDI): COMPOSITION

Element

POP

Item#

Labor Category

Parent

Base Yr

Option Yr-J

Option Yr-2

Option Yr-3

Option Vr-4

rfotal

04 Jun 2007

04 Jun 2008

04 .Jun 2009

04 Jun 2010

04 Jun 2011

04 Jun 2007

i03 Jun 2008

03 Jun 2009

lo3 Jun 2010

IOJ Jun 2011

~3 Jun 2012

k)3 Jun 2012

Labor Hrs

Labor Hrs

Labor Hrs

Labor Hrs

Lahor Hrs

~,ahor Hrs

(b )( 4)

TOTAL COMPOSITION

Item#
I

t2

Element

POP
Labor Category

Parent

Base Yr

Option Yr-1

Option Yr-2

Option Yr-3

Option Yr-4

h'otal

~4 Jun 2007

04 Jun ~008

04 Jun 2009

04 Jun 2010

04 Jun 201 J

04.Jun 2007

03 Jun 2008

03 Jun 2009

03 Jun 2010

03 Jun 2011

03 Jun 2012

03 .lun 2012

Labor Hrs

Labor Hrs

Labor Hrs

Labor Hrs

Labor Hrs

Labor Hrs

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

ODNI

3
5

16
7

8
9
to

II
12

(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


UNCLASSIFIED

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:2006-115100901 O
Modification Number: 017

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 lcvelof-cffort has been provided (if consistent with appropriations law) or make an equitable downward adjustment in contract price in accordance 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 schedule:

$38,418,674 = ( b )(3)

ODNI----~
NatSecAct
jcurrently allotted as shown below:

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

ODNI

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_<:e(-- L

(b )( 4)

Base-Yr
!Option Yr-I
!Option Yr-2
r,.)ptlon Yr-3
~)ption Yr-4/Ml7
rrotal:

~OTALFUNDS

UNCLASSIFIED

Approved for Release: 2015/07/20 C06343029

C06343029

Approved for Release: 2015/07/20 C06343029


UNCLASSIFIED

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:2006n1151009-010
Modification Number: 017
Element

Ba.scYr

Prior Funds

IFunds/Mod-17

(b )( 4)

Page 9 of 10

rota! Funds

Contract Value

(b )( 4)

!Difference ( - }

(b)(4)

Option Yr-I
Option Yr-2
Option Yr-3
Option Yr-4/M 17
rota I:

S.38,418,674

(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 language to the contrary in clauses elsewhere in this contract including but not limited to "Type of Contract 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
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 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 tcnnination for convenience), will approximate 85 percent of the total amount allotted to the contract. The notification will state ( 1) the estimated date when the Contractor will reach the 85 percent point and (2) an estimate of additional 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 allotted, 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<; oris delayed in the performance of the work under 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 tcnnination allot additional funds for perfon11ing the contract.

(g) The tem1ination provisions of this clause do not limit the rights of the Government under the clause entitled "Default". The provisions of this clause arc 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.Government to tcnninate this contract pursuant to th~ clause of this contract entitled
"Termination for Convenience of the Government".

UNCLASSIFIED

Approved for Release: 2015/07/20 C06343029

C06343029

Approved for Release: 2015/07/20 C06343029


UNCLASSIFIED

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:2006-1151009-010
Modification Number: 017

Page 10 of 10

Section F Deliveries or Performance


PERIOD OF PERFORMANCE

ITEM

500

START
06104(2007

END
05/15/2012

501

02/01/2012

06/03/2012

UNCLASSIFIED

Approved for Release: 2015/07/20 C06343029

C06343029

Approved for Release: 2015/07/20 C06343029

~Fax

3/1/2012

(b)(3) CIAAct

From;

Phone;

Fax:

(b )(6)

To:
Phone:

Fax;
Company Name:

Comments:

Please see attached for funding modification to Task Order No. 0 I0.

11 pages, including coversheet

Thanks,

(b)(3) CIAAct

Urgent

For Review

Please Comment

Please Reply

Approved for Release: 2015/07/20 C06343029

Please Recycle

9~~R

CO 6 ~;1 ~ 1

17 : 37 FAX\.___ _A_p_p_r~o~ed

lg! UUUZ/ uuu~

for Release: 2015/07/20 C06343029

P. 2

NO. 729

MAR. 1. 2012 10: 31 AM

11 CON'T'RAC'T ID CODE

AMENDMENT O~ SOUCrT'ATIO.N/MODIFICA.TION OF ~NTRACT


:Z. AM'l;NDMOIT/MOOIFICA.T)Ok NO.

017

rAGE1 OF10

'5. PROJECT NO.

<l:. l'EQU16rrtoN/PIJ~ R8l. NO.

!..~DA.Tl;

02121/2012

8.1$Ul;08Y'

CODE

7. ADMl~EO BY (If olller tnM lt.&m61

CODE

(b)(3) CIAAct

CONTRACTS STAFF

(b) (3) CIAAct

(If ~ l e )

Washington, DC 20505

a. NAAtE ANO AtJDReSS OF CONTAACT'OR ('No., SfflC, eounl,y, stale Md ZIP Cado)

(X)

CeNTRATECHNOLOGYINC
25 BURLINGTON MALL ROAD SUITE 800
BURLINGTON, MA 01803

QA.AMENOMeNT OF 60UCITATION NO.

llS.. QATeo (SEE rra., ,, >

10A. l.!CPtACA1lON OF CONmACTICROi!A NO,

x
cooe

2006-115101)9..()10
106. DATED (S~ S'fl;llll n)

00/0412007

I F!ACn.rN coos

11. THIS ITEM ONLY APPLIES TO AMENDMENTS.OF SOLIOliAilONS

is extended,

0 is not extended,

Offers llll.lBt :ffl<l'IQwtedge rec.elpt Cf tl'lis mmindrnent prier lo the hour and Clal:a apecliled ll'lh \50!k!tst!on or: amended, by one of the follaw!nQ rnlXJ'loda; (a) 6y
oomplelins itMr. Send 1S, el'ld returning
Ciff oflfle ameridrnent (b) By ac!<r\OWledslng racelpt o1thi$ ememtment on e::tl
or the ofter
submit~; or (c) By separate letter ot lelegra,n Which fncludo$ a, rnference to ltte
srtd i'Jl'nGl'ldment nurnb<!rs. FAILURE OF YOUR ACKNOWLEDGMENT TO SE
R.l;CEIVED AT TI1E Pl.ACE OeSlGAATEO FOR THE RECetFT OF OFFERS PRIOR TO THE HOUR ANO OAti SPEClFIEO MAY RE6ULTIN RcJECTION OF YOUR
OFFER. If by ~e rJf this M1end111ent YolJr desire t o ~ en affer
submlt!Edi :ud'I chs.ng'e msy be mad& by telegram or leliar, prc,,Med tacl1 telegram or leUcr
makes rsferance 11:l ltie solidtsdon al'ld lhiro arnetldntent. ad Jg reealved priotio the oper1tng
Bnd d* speei!isd.
12, ACCQVNTINGANO N'FROl"'RIATION OJI.TA (lf~d)

13, THlS ITEM ONLY APPLIES TO MOOJFJCATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS oeSCRJBE'D IN ITEM 14.

-----1
x

A. THIS Q-\ANGI: QR!)E:R, unssuED PURSUANT TO: (Spad!y &UlhOrit'f) lliE CHANGES SET FOF(t),{ IN ITEM 14

OR.OE~ NO. IN rreM iOA.

MACE 1N "THE comRACT

e. THE ABOVE NUMaERED CON'T'RACTiOROER. IS MOCIREO T O ~ THE AtlM!NtSlRATIVE CHAN~ (SIJCh S8 r;tlangor; in ps:,ma omoe..

~i=n,priat1on date, et=.) SET F ~ IN ITEM 14, PURSUANT TO THE AIJTHORITV OF FAR 43., 03(o).
C. llilS SUPPI..EMENTAL A ~ l " IS ENTEREO INTO PURSUANT "TO Al..nl1QKJ rr OF:

14, 1:>SSCRTPTION OF .AMENCMalTIMOtllF!JCAYrON (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
I
I
I

4"" Tll1 c: "~

-,=~-, " -

1eA. NAME ANO Tl'T\..E OF CONTRAC'TING OFFICER (l'ype C' pril'lt)

I (b}(3) CIAAct

~l(..?r

(b )(6)

1SC.. CATE SIGNEl:l

~bh'L-

]
iec. OA.TE! SIGNIW

nb)(3f CIAAct"'

I1_ _

ft,._ \IC.\

,u;,uJ

V-l#~

STAN.DMD FORM 30 (REV.


T~}

UNCLASS~

Approved for Release: 2015/07/20 C06343029

C06343029

Approved for Release: 2015/07/20 C06343029


UNCLASSIFIED

, 1. CONTRACT ID CODE

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT


2. AMENDMENT/MODIFICATION NO.

3. EFFECTIVE DATE

017

'PAGE 1 OF 10

4. REQUISITION/PURCHASE REQ. NO.

, 5. PROJECT NO. (If applicable)

7. ADMINISTERED BY (If other than !tam 6)

CODE

02/21/2012

6. ISSUED BY

CODE

CONTRACTS STAFF

(b) (3) CIAAct

vvasnmgton, DC 20505

C(b)(3) CIAAct=

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

(X)

CENTRA TECHNOLOGY INC


25 BURLINGTON MALL ROAD SUITE 800
BURLINGTON, MA 01803

9A. AMENDMENT OF SOLICITATION NO.

99. DATED (SEE ITEM 11)

10A. MODIFICATION Of; CONTRACT/ORDER NO.

109. DATED (SEE ITEM 11)

06/04/2007

I FACILITY CODE

CODE

2006-1151009-010

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

Is extended,

is not extended,

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By
completing items 8 and 15, and returning
__ copies of the 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.

------i

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT

8. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office,

CHECK ONE

ORDER NO. IN ITEM 10A.

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.

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.

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

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

[(b)(3) CIAAct:=J
15B. CONTRACTORIOFFEROR

15C. DATE SIGNED

(Signature of person authorized to sign)


NSN 7540-01-152-8070

STAN OARD FORM 30

Preview, edition unusable

10-83)
UNCLASSIFIED

Approved for Release: 2015/07/20 C06343029

(REV.

C06343029

Approved for Release: 2015/07/20 C06343029


UNCLASSIFIED

Table of Contents
Description

Page Number

Solicitation/Contract Fonn .............................................................................................................................. ..


A. l Purpose of Contract Modification ...................................................................................................... 3
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


UNCLASSIFIED

Contractor Name: CENTRA TECH1"4uLOGY INC


Contract Number:2006-1151009-010
Modification Number: 017

Page 3 of 10

Section A - Solicitation/Contract Form


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

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:

j2 - RDI

frotal

tro:

!BY:

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

ODNI
S38,418,674

2) The additional[(b)(4)~\in funding.is added as CLIN 501. The value ofCLTN 500 is reduced by~l~)lto accomodate the addition of CUN 501 for[(b)(4)~ There is no change to the total contract value, or value ofOY4, as a result 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 Contractor 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


UNCLASSIFIED

Contractor Name: CENTRA TECH"'10LOGY INC


Contract Number:2006-1151009-010
Modification Number: 017

Page 4 of 10

(b )( 4)

500

501

(b )( 4)

Period Base Totals

Petiod Exercised Options Totals


Period Current (Base + Exercised Options) Totals

UNCLASSIFIED

Approved for Release: 2015/07/20 C06343029

C06343029

Approved for Release: 2015/07/20 C06343029


UNCLASSIFIED

Page 5 of 10

Contractor Name: CENTRA TECHrH)lOGY INC


Contract Number:2006-1151009-010
Modification Number: 017

(b )( 4)

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

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


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

Element

Base-Yr'

POP

04 .Jun 2007
Jun 2008

I
K:LIN2
&_DRG/RDI)

trotal FFP-LOE

Option Yr-I

Option Yr-2

iOption Yr-3

03 ~4 Jun 2008

03 04 Jun 2009

03 P4 Jun 2010

03 04 Jun 2011

03 ~4 Jun 2007

Jun 2010

~un 2011

Jun 2012

Jun 2012

~Un

2009

ODNI

Option Yr-4

rota)

03

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

$41,989,521

*The value of OY4 is split between CLINs 500 and 501. [( b) (4 )=:Jof OY4 is listed under CUN 501. For the purposes of determining 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)( )labor hours and a maximum of
4
(b )( 4) labor hours with a +/-3% variance is shown in the table below.
1

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

UNCLASSIFIED

Approved for Release: 2015/07/20 C06343029

C06343029

Approved for Release: 2015/07/20 C06343029


UNCLASSIFIED
\

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:2006-1151009-010
Modification Number: 017

Page 6 of 10

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

I
I

ODNI
ICLIN2 (DRG-RDI): MIN/MAX LOE
Element

Base Yr

POP

!04 Jun 2007

Option Yr-I

Option Yr-2

03 ~4 Jun 2008

04 Jun 2009

Jun 2008

03 Jun 2009

~Un

LOE

LOE

LOE

Minimum

Target

p
0

+/-3%

l\1aximum

2010

03

Option Yr-3

Option Yr-4

04 .Jun 2010

03 04 Jun 201 I

~Un 201

LOE

Total
03 04 Jun 2007

Jun 2012

~3 Jun 2012

LOE

LOE

(b )( 4)

TOT AL MIN/MAX LOE


Element

Base Yr

!Option Yr-J

POP

04Jun2007

~4 Jun 2008 03 ~4 Jun 2009 03 04 Jun 2010 03 04 Jun 2011 03 04 Jun 2007

03 Jun 2008

ft/. 3%

LOE

Option Yr-2

Option Yr-3

Option Yr-4

Total

~Un 2009

Jun 2010

Jun 201 l

Jun 2012

Jun 2012

LOE

LOE

LOE

LOE

LOI<:

03

!Minimum

(b )(4)

Target
Maximum

(c) The estimated composition of the total labor-hours under this Task Order i~(b )( 4 )].nd is as follows:

NatSecAct
(b )( 4)

ODNI

UNCLASSIFIED

Approved for Release: 2015/07 /20 C06343029

C06343029

Approved for Release: 2015/07/20 C06343029


UNCLASSIFIED

Page 7 of 10

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:20061151009-010
Modification Number: 017

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

ODNI

K:UN2 (DRG-RDI): COMPOSITION

Element

POP

Item#

Labor Category

Parent

Base Yr

Option Yr-I

Option Yr-2

Option Yr-3

K}ption Yr-4

Tota)

04 Jun 2007

04 Jun 2008

04 Jun 2009

~4 Jun 2010

04 Jun 2011

04 Jun 2007

03 Jun 2008

03 Jun 2009

03 Jun 2010

~3 Jun 2011

03 Jun 2012

03Jun2012

Labor Hrs

Labor Hrs

Labor Hrs

Labor Hrs

Labor Hrs

Labor H'rs

I
14

(b )( 4)

ki

J'OTAL COMPOSITION
Element
POP
Item#

t2

Labor Category

Parent

Base Yr

Option Yr-1

Option Yr-2

Option Yr-3

Option Yr-4

Total

04 Jun 2007

04 Jun ~008

04 Jun 2009

04 Jun 2010

04 Jun 2011

04 Jun 2007

03 Jun 2008

03 Jun 2009

03 Jun 2010

03 Jun 2011

03 Jun 2012

03.lun2012

Labor Hrs

Labor Hrs

Labor Hrs

Labor Hrs

Labor Hrs

Labor Hrs

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

ODNI

f4
5
l

s
9
10

ll
12

(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


UNCLASSIFIED

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:2006-1151009-01 O
Modification Number: 017

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 formal 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 lcvclof-cffort has been provided (if consistent with appropriations law) or make an equitable downward adjustment in contract price in accordance 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 schedule:
$38,418,674 = ( b )(3)

ODNI-~--~
NatSecAct
!currently allotted as shown below:

(b )( 4)

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

ODNI

I
I

lfu_n(ls/l\1oc:l:17__

p:o~al Funds

I
I

CLIN2 (DRG-RDI)- FUNDS

Element

Prior Funds

------

_JContr11ct Value __ j,)l_ffl!_r:.en_c,e ( -J_

(b )( 4)

Base-Yr

Option Yr-I
Option Yr-2

Option Yr3
Option Yr-4/Ml7

Total:
I

,.

~OTALFUNDS

UNCLASSIFIED

Approved for Release: 2015/07/20 C06343029

C06343029

Approved for Release: 2015/07/20 C06343029


UNCLASSIFIED

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:2006-1151009-010
Modification Number: 017
:Element

Aa~c-Yr

Prior Funds

IFunds/Mod-17

(b )( 4)

Page 9 of 10

fotal Funds

(b)(4)

Contract Value

!Difference ( )

(b)(4)

Option Yr-I
Option Yr-2

Option Yr-3
Option Yr-4/M17
fotal:

$.38,418,674

(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 language to the contrary in clauses elsewhere in this contract including but not limited to "Type of Contract 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
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 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 contract. The notification will state ( l) the estimated date when the Contractor will reach the 85 percent point and (2) an estimate of additional 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 allotted, 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<; oris delayed in the pcrfonnanee of the work under 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 tennination allot additional funds for perfom1ing the contract.

(g) The tem1ination provisions of this clause do not limit the rights of the Government under the clause entitled "Default". The provisions of this clause arc 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 Government to tenninatc this contract pursuant to the clause of this wntract entitled
"Termination for Convenience of the Government".

UNCLASSIFIED

Approved for Release: 2015/07/20 C06343029

C06343029

Approved for Release: 2015/07/20 C06343029


UNCLASSIFIED

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:2006-1151009-010
Modification Number: 017

Page 10 of 10

Section F Deliveries or Performance


PERIOD OF PERFORMANCE

START

ITEM
500

06/04/2007

END
05/15/2012

501

02/01/2012

06/03/2012

UNCLASSIFIED

Approved for Release: 2015/07/20 C06343029

C06343029

Approved for Release: 2015/07/20 C06343029

~Fax

3/1/2012

(b)(3) CIAAct

From:
Phone;

Fax:

(b )(6)

To:
Phone:

Fax;
Company Nan-1e:

Comments:

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

I I pages, including coversheet

Thanks,

(b)(3) CIAAct

Urgent

For Review

Please Comment

Please Reply

Approved for Release: 2015/07/20 C06343029

Please Recycle

C06343026

Approved for Release: 2015/07/20 C06343026


UNCLASSIFIED

, I. CONTRACT ID CODE

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT


2. AMENDMENT/MODIFICATION NO.

3. EFFECTIVE DATE

014

'PAGE 1 Of 7

4. REQUISITION/PURCHASE REQ. NO.

, 5. PROJECT NO. (If appf&eable)

7. ADMINISTERED BY (If otl'Mlr than Item 6)

CODE

12/17/2010

6. ISSUED BY

CODE

....___ __.[(b)(3) CIAAcf]

DESS Contracts

I._______

(b)(3) CIAAct

Washington, DC 20505

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

{X)

CENTRA TECHNOLOGY INC


25 BURLINGTON MALL ROAD SUITE 800
BURLINGTON, MA 01803

9A. AMENDMENT OF SOLICITATION NO.

98. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

x
/

108. DATED (SEE ITEM 11)

06/04/2007

I FACILllY CODE

CODE

2006-1151009-010

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

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).

-------i ORDER NO. IN ITEM 10A.

C.

THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor

is not.

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)

15C. DATE SIGNED

156. CONTRACTORIOFFEROR

16E

By

(b)(3) CIAAct
(b )(6)
STANDARD FORM 30 (REV.

NSN 7540-01-152-8070
Previous lldition unusable

Classified By:

10-83}

Derived From:

Reason:
UNCLASSIFIED

Approved for Release: 2015/07/20 C06343026

Declassify On:

C06343026

Approved for Release: 2015/07/20 C06343026


UNCI.ASSIFIED

Table of Contents

Page Number

Description

Classified By:

Solicitation/Contract Form ............................................................................................................................... .


152.204-721 Use ofFacsimile Signatures (JUN 2002) ............................................................................. 3
Al. Ptnpose ofModification ..................................................................................................................... 3
Supplies or Services and Prices/Costs .................. :......................................................................................... 3
152.232-720 Limitation ofFunds - Fixed-Price Contract (JAN 2004) ..................................................... 4
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

Derived From:

Reason:
UNCLASSIFIED

Approved for Release: 2015/07/20 C06343026

Declassify On:

C06343026

Approved for Release: 2015/07/20 C06343026


UNCLASSIFIED

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:2006-1151009-010
Modification Number: 014

Page 3 of 7

Section A - Solicitation/Contract Form


152.204-721 Use of Facsimile Signatures (jUN 2002)
This Contract document may be executed in counterparts, each of which shall be deemed an original, all of which together shaJI constitute 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 ) ~ g l y , 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)
lative funded amount is increased froni____ (b )( 4)

The task order cumu-

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

Section B - Supplies or Services and Prices/Costs

(b )(4)

500

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


UNCLASSIFIED

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:2006-1151009-010
Modification Number: 014

Page 4 of 7

~' , .... -, y . "'".

CUN Funding;

.'.

Cost:

... ,,,

,>

< . ,..:.:.

(b )( 4)

Quantity Exercised Options Totals:


Quantity Current (Base+ Exercised Options) Totals:

Quantity Unexercised Options Totals:


Quantity Base and Options Totals:

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

(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)

ontract Value

Difference ( - )

ODNI

26,850,871.00

(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 language to the contrary in clauses elsewhere in this contract including but not limited to "Type of Contract and Consideration'1 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.
(e) 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), wiJI approximate 85 percent of the total amount allotted to the contract. The notification will state (I) the estimated date when the Contractor will reach the 85 percent point and (2) an estimate of additional 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 allotted, 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


UNCLASSIFIED

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:20061151009-010
Modification Number: 014

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 contract 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 provisions 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
500

START
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 Contractors 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", 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


UNCLASSIFIED

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:20061151009--010
Modification Number: 014

Page 6 of 7

of

(3) Invoice Linc Item Descriptions shall not contain any sensitive and/or classified information, nor identify the Sponsor or any
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 <(b )(3)

CIAAct

152.232-725 Electronic Submission of Payment Requests Using IPP (SEP 2010)


(a) Definitions. As used in this c)ause-

( 1) "Contract financing payment" and "invoice payment" have the meanings given in FAR section 32.001.
(2) "Electronic form" means using the Internet Payment Platform (IPP) to transmit information electronically from the Contractor to
the internal contract management system. The Agency does not consider facsimile, e-mail, and scanned documents to be electronic

forms.
(3) "Payment request" means any request for contract financing payment or invoice payment submitted by the Contractor under a con-

tract.
(b) Except as provided in paragraphs (e) and (g) of this clause, the Contractor shal1 submit payment requests using the Internet Payment Platform (IPP). The payment period designated by the Prompt Payment Act will begin on the date a proper and complete invoice

is received in the payment office via IPP. The status of submitted invoices is available in IPP. For other invoice or payment questions
relating directly to this contract, call the payment offic(b )(3) CIAAct]
(c) The Contract Li~e Item Numbers (CLJN's) and associated CLIN descriptions as provided in IPP must be utilized to create invoices.
An Invoice Line Item Number must reference the Contract Line Item Number (CLIN) against which the Contractor is billing. An invoice may have multiple Invoice Lines billing against one CLIN, but the Invoice Line Item Descriptions must closely relate to the
CLIN descriptions in the contract. Do not attach any documents to the invoice submitted in IPP as the attachments will be discarded.
Any additional documentation must be submitted to the COTR in a method mutually agreed to by the Contractor and the COTR.
(d) The Invoice shall not include any sensitive and/or classified information, nor identify the Sponsor or any of its facilities. Any invoice including sensitive and/or classified information will not be considered a proper invoice in accordance with the Prompt Payment
Act and will be rejected. Further, the submission of such an invoice may be considered a security incident. Any questions concerning

this matter should be directed to the Contracting Officer.


(c) If the Contractor is unable to submit a payment request in electronic form, or the.Agency is unable to receive a payment request in

electronic form, the Contractor shall submit the payment request using a method mutually agreed to by the Contractor, the Contracting
Officer, and the payment office.
(t) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this
contract when submitting payment requests.
(g) The Contractor shall submit the final invoice or voucher for cost reimbursement contracts in accordance with the "Settlement -

Cost Type Contracts" clause of this contract.

152.232-727 Internet Payment Platform Initial Registration and Account Maintenance (SEP 20 I 0)
(a) The Internet Payment Platform (IPP) is a secure, web-based electronic invoicing system (accessible via the Internet) provided by
the Department of the Treasury's Financial Management Service (FMS), in partnership with the Federal Reserve Bank of Boston. The
Contractor shall provide the Contracting Officer with the following information required for IPP registration:
(I) Company Name (primary corporate location);(2) Company Tax Identification Number (TIN); and(3) Company designated JPP
account administrator, to include: name, position, phone number, email address .
.,_./

Contractors currently registered with J:rP through another Government agency must still register separately for payments from this

UNCLASSIAED

_ _ _ _ _ _ _ _ _ _ _A_,_p__,_p_ro_v_e_d_fo_r Release: 2015/07 /20 C06343026

C06343026

Approved for Release: 2015/07/20 C06343026


UNCLASSIFIED

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:2006-1151009-010
Modification Number: 014

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 twaigov@mail.eroc.twai.gov.
(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 questions 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 Ycndor ScrviccCent'( b) ( 3) Cj~ct,

UNCLASSIFIED

Approved for Release: 2015/07/20 C06343026

C06343025
03/29/2010

10: 45

MAR.29.2010

c=Appr9ye_d f~r Release: 29~.?!.QJ!?P..,~9L,~~~~025


5!36AM

PAGE

N0.173

02

P.2

UNCLASSIFIED

t'~B

'I, COffl.ACT ID CB

AMENDl\mNT OF SOLICITATIONMODIFICATION OF COI\'TRACT

It 12March2010

2. ~!Mtlt)lFtC/lllmrN'o.

~!)AT%!

Madifieatlott r-:o. Eleven (11)

Ci.

t8Stllm BY

PAG!lli

2
15' ~?'O. (11.:pplf~abl,J

4 1!.&Qt.n.am'O~t'JI.Q, NO.

9.S001M?<i'30aG
7, ~BDBY(lflllftrr~/flrllf~}

CC!Oil

OF

COOf!

,-- (b)(3) CIAAcf~l

Contracts Surll'

(b)(3) CIAAcQ

Washington., D~05

! . N'i\MRM"D ADtlWI Q F ~ (Na, lrrwt. ~a. Srctt

Zll'i

[,,'}

~J

Centra Technology Inc.


25 Du.rlln.gtc,11 MaU Road, Butte SOD

~~souc:rr~'ffln(l'itl..

~B. DATHtl fB t'J'mt 11)

~ n . MA 01803
(b )(6)

9A.

OP etnffiACTIQRDJl.'R. WO.

ll!A.

I
'X

IPAC!llffl ~IJ 0001.

''Si 11611

2006U.U009..010
lOll. DA.Tm> rS!B ll$M 13J

04lune2007

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OP SOLICITATIONS


O ne above ~emd aotcl=!ffl .ii Off'l3.lld4d Oii cot let!JI l11 I!.tlffl 14. TM beur !Did W! ~Cad rm ~ t cl'Ofkn
D Sa cmwod,
Offi::fB fflll!t acknow~ reoeipl, of !flla rnnet1emetlt pdQr tO the kaar and d(te tpedtlod mtlle s~dQl!!on w ii& arrie!ldad. bf aoe of rhe fblTQWU!g Tl!!!tbod1:

Js ftOI o)l(andad.

ta) ny complodntz ttaffl! a ard 1,. 611d llmlllmln:, ooe (t) ~!I of a,, ~ t (b) By 11e't:M111I~
af.lhlll ame,,dr.ncrn: on u ccpy cf the~ Mm'llnetJ~ or (c) :Sy oeputai:e
laffl OT t11l~ -.vhlr.h lrll:i~ re!el'etlOI! "' th6 1111liGU&'4on
ll!!!afldl'Mm IM!lbm. fAII..tnU3 CP YQ'UR A~WLm:::iOMIN'1' TO :BB .dCEIV.BD AT '!'KS 1'LACB
i:nm.aNATBt> PO~ THE RECBlPI' oi: o ~ PR!Olt TO nm HOUR AND DATA sncIFIJm MA't' RESULT IN REJEC1'ION OF YOUR oww.. !! by llirwo of thie
ffll!ll)dRIBllt you CICStte tb mp~ offer ~ , 1ubrnl=i!. ,~h cbimg,o ,my be l!ISld.4 ey cn]cp,,'I eP lrtt!rlr. p~ld wh ~ o r ~ rrmm
"'Oto &Oll~M zm4 lfllt
:iHIPlffllel'I& al!d Is ri:=1.vcd pnor ce tm
MCr red: d&a specified.
11, I \ ~ /'1iD APPROt'IU.i\TtON DA"fA(g'l'l'ql,flmJ

PA

!name Ootatract Value BYJ $ 4 ~


Increme Contract Fundine By: $3,983,481
13. THIS ITSM APPUiS ONLY TO MOOIPICATi.ONS 01' CONTRACTS/ORDERS,
IT MODIPJP.S ffl! CONTRACT/ORDER NO. AS DESCRIBED 1N ITEM 14.

0.

s;oe~ 1}'111 or111odlllc1elftn IJl4 111n111,:1\~


Ir A 'D .t't 1 n1.

('h\

t:n

Ld "D.-e ......1

n....c ..... a

See Page Two.

(b )(6)

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

i-,;:;---.......~lS-C.-C/\_TS_GJ_N'BD.........,~1 (

16C::. OA.T!; S!GM!D

STA.'1~fOAPJ'.J FORM 30 C!l V. 10..&3)


~'byG&A
PAA.l4A Cffl.l .sJ.lAl

Approved for Release: 2015/07/20 C06343025

C06343025

Approved for Release: 2015/07/20 C06343025


UNCLASSU'IED

, I. CONTllACI' !I) CODE

OF
ri\~I,

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

r~,;;~:~t~A';~lO

2. /\MENDMI\NT/MOl>lllCATION NO.

Modification No. Eleven (11)


c,.

ISSlJEI) BY

,L REQUJSJTIONfl'lJl-lClfASl', REQ, NO.

950010770630-0
7. i\J)MINISTEl{EJ) llY (ljmhe.-1ha11 lt,m6)

COJ)EI

Contracts Staff

l'A(iliS

PROJECT No.1/f a1i11/ia,MrJ

COi liq

[(b)(3) CIAAct=1

(b)(3) CIAAcCl
Washington, DC 2.0505
~- NAME ,\ND AIH>Rl~~S OFCONTRAC!"OR (No. Srrar.

cm111r_,,. Sime mu! ZIP: Cotir)

(v')

Centra Technology Inc.


25 Burlington Mall Road, Suite 500
Burlington, MA------01803

1-~

(b )(6)

AMENDMENT OF SOI .ICITA'l'ION N< I.

91\.

911. DAlliD {SEE ITE,'1-f

---1

ii)

Ill/\. Mlll)ll~C/\TION Ol'C<>NTl(At:T/OH.l>l!R NO.

2006*1151009~010

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

CODE:

IFACII.ITY COlll: 0001

11617

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

Offer:; must acknowledge receipt of this amendment prior tu the hour and date spedfied in the solicitation or as amended.

is extended.

is not extended.

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 <L< chcu,,:,-s in /)(J_l'i11;: office. ap111t1JJri!ui1111 r/1111'. ,11.} SET l'Olffll IN
ITEM 14. l'UKSlJ/\NTTOTl!EAlITTIORITYOFF/\R4.,.lm(li). & l;i2.2t6-727 & 15:l.216-720

C.

Tlll:', SUl'l'I .EMENT AL ACiREl'MENT IS ENTERED INTO l'IJRSUANT TO AlITllORlTY OF:

n.

OTI IER Sp,:dfy type 11f m1Klilku1ion and uuthorityJ

FAR 43.103 (h) (3) R-4 Priced Ontions

E. IMPORTANT: Contractor is not required to sign this document and return a copy to the issuing office.
14. DESCRJl'TI( lN OF /\MENl)!\1ENT/MODll~CAT!ON (Orgmliutl by UCF .,,,c1ion l,eatiin~.,. inc/miinx solid111timvm1111"<1rr .<unjht tnatrer ui,ere femibl,.J

See Page Two.

16A. NAME AND TITLE OF CONTKACTINC OFFICER (1\f'C'

I 5A. NAME AND TJTI.E OF SIGNER (Type or print)

--

,,:D

J5C. DATE SIGNED

1513. CONTRACTOl{JOFFEROR

NSN 75-10-01-152-8070

n~:n

--(Si)l11ut11re c!fiwr.l'l!n awhorh<'il Ill .ri11n)

PREVIOUS EDITION UNUSABU~

(b)(3) CIAAct
<.'"J'AS'CC At:

l'rinrl

,.a ,'Dl"'A

16C. DATE S!CiNED

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

3/&&/tO
FORM 30 (REV. l 0-83)

30-1

Computer

1,r

--

........"" .... c~ "'J

SA

FAR (48 CFR) 53.243

UNCLASSIFIED

Approved for Release: 2015/07 /20 C06343025

C06343025

Approved for Release: 2015/07/20 C06343025


UNCLASSIFIED

Contractor: Centra Technology Inc .


Contract Number: 2006*1151009*010
Modification Number: Eleven (ll)
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.

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

ODNI

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

RemovePae:e
3

8
9
11

8
9
11

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

UNCLASSIFIED

Contractor: Centra Technology


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

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
Performance Period

Base-Yr

Option Yr-1

OptionYr-2

04 Jun 2007
03 Jun 2008

04Jun2008

04Jun 2009
03 Jun.2010

03 Jun 2009

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

'

CLIN 2 (DRG/RDI)
Total FFP-LOE

Option Yr-31

Total

04 Jun20101
~3 Jun 2011

04Jun 2007
03 Jun 2011

ODNI

I$

21,513,284

(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

Performance Period
(3% Swing)

Base Yr

. Option Yr l

Option Yr2

Option Yr-3

Total

04 Jun 2007
03 Jun 2008

04 Jun 2008
03 Jun 2009

04 Jun ioo9

04Jun 2007
03 Jun 2011

LOE

LOE

LOE

04 Jun 2010
03 Jun 2011
LOE

03 .Jun.2010

Minimum
Tar2et.
Maximum

LOE

(b )(4)

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

.Item#
1

POP

Parent
Com anv

Base Yr

Option Yr-1

Option Yr-2

Option Yr-3

Total

04 Jun 2007
03 Jun 2008

04 Jun 2008

04 Jun 2009
03 Jun 2010

04 Jun 2010
03 un 2011

04Jun 2007
03 un 2011

03 Jun 2009

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

ODNI

10

1l

UNLLAS~U'IJ!.;U

Approved for Release: 2015/07/20 C06343025

C06343025

Approved for Release: 2015/07/20 C06343025

UNCLASSIFIED

Contractor: Centra Technology


Contract Number: 2006*1151009*010
Page: 8 of 15
B-4. Priced Options
The Following Option Remains Unexercised:

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

FFP

LOE

B.5

I.
_(b)(4)
(b )( 4) I

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:

Element
Base-Yr
Option Yr-1
Option Yr-2
Option Yr-2/Mod-11
Option Y r-3/Mod-l l
Total:

Previously
Funded
Amount

Funds Per
This Action

Total
Funded

{Mo.-1.) 1)

AmounL_

Contract

(b )( 4)

(b )( 4)

I$

Difference

Vnhu

. '\

(b )( 4)

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

UNCLASSIFIED

Contractor: Centra Technology


Contract Number: 2006*1.151009*010
Page: 9 of 15
(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

UNCLASSIFIED

Contractor: Centra Technology


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

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
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,
- --~
(b)(1)
[
review, and production efforts[~~-- --

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) NatSecAct
(b)(4)
Page 1 of 3

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

ODNI 50

use

3024(m)(l)
I

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

cnonnrn

tuonovn

( ..

Approved for Release: 2015/07/20 C06251057 --------

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

5.0 DELIVERABLES
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
(b)(3) NatSecAct
ODNI
financial data in sufficient detail to describe costs

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 prescreening 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

C06251056
.. .
)

( . . ...
(
Approved for Release: 2015/07/20 C06251056

...

Ul~LLA~~lt' l.t.lJ

ODNI 50 USC 3024 (m) ( 1)

Contracts Staff(b)( 3 )
I

Washington DC, 20505


1 June 2012
Centra Technology, Inc.
25 Burlington Mall Road, Suite 500
Burlington, MA 01803
(b )(6)
0 NI

_ _,_ _ _ _ _ _ _

~------~-g

SUBJECT:

Request for Proposal for New Task Order for DRG/RDI


Written Authorization to Proceed on DRG/RDI Tasking

REFERENCE:

CASES SA2 Task Order Contract No. 2006-1151009-010


CLIN2: DRG,
(b)(3) CIAAct
(b)(4)

Task Order No. 2006-1151009-010 into two 2 se arate Task Orders


NatSecAct_ __
1----------~~~~----c-~-----------:-----=----------=,---,------=--( b )( 4)
ODN I
The
'------~_ _______,CUN 2: DRG will be moved from Task Order No. 010 and issued as its own separate, new
Task Order under SA2. The new Task Order will be Task Order No. 2006-1151009-.023.
r - - - - ~ - ~ ~ - - ~ - - - - i _ _ __ _ _ _ _ _ _ (b )(3)

As discussed between the DRG Program Office and CENTRA Program Management, the Government will be
for the extension period. The Government's anticipated
de-scoping the current level-of-effort of
revised level-of-effort is
Additionally, due to funding uncertainties, the Government wishes to extend
the contract in phases as outlined below:
(b )(3) CIAAmtr st_i usc
(b)(4)
3024(m)()
1) CUN 1 I Phase I (Base Tasking): 4 June 2Ql2- 31 October 2012
2) CLIN 2 (Phase 2 (Option Period 1): 1 November 2012 - 31 January 2013
(b)(3) CIAAct
3) CLIN 3 I Phase 3 (Option Period 2): I February 2013 - 3 June 2013
(b )(4)

(b)( 3) D

The Government requests a Firm~Fixed-Price, Level-of-Effort (FFP-LOE) proposal for a new Task
for
[ ~ i n support of this ta~k1no Your ro osal is due at this office via unclassified facsimile=
=:Jor
not later than 11 June 2012. In the event your proposal is classified,
unclassified email to
(b )( 3 )
please contact the Contracting Officer for additional instructions. Your proposal shall remain valid for not less
than sixty (60) days from the due date. The proposal shall be broken down into the 3 CLINs shown above and
address/include the following information, as applicable:

1. Direct Labor Costs: By skill category and proposed hourly rate, if applicable'. Include source and
construction of proposed rates and indicate whether the base labor rate is based on 2,080 or a lesser
number of hours.
2. Supporting Documentation for Direct Labor Rates:
a. If using .Government-approved rates for forward pricing give dates of last negotiation and the
name and address of the Government Agency approving the rates and submit copies of
applicable documentation.
UNCLASSIFIED

Approved for Release: 2015/07/20 C06251056

C06251056

(,'

Approved for Release: 2015/07/20 C06251056

U!'l\-.,Ll"'lu01r'J.CJ..I

b. If your pricing is based upon the actual salaries of the individuals proposed, please pro~ide
copies of the payroll documentation supporting the labor rates proposed. Sensitive portions of
the documentation can be blacked out if necessary. Receipt of this documentation upfront will
expedite the Government's review of your proposal.
c. If your pricing is based upon labor category averages, please provide a breakdown of all
personnel and their labor rates within each labor category. Based upon this information, the
Government will choose a sample set for revkw and request copies of the payroll documentation
for the sample set proposed.

3. Associated Indirect Costs: If a recent audit has been made to your indirect rates by any Government
agency, who conducted the audit, when the rates were approved and the approval period. Additionally,
provide any supporting documentation to substantiate the associated indirect rates.
4. Other Direct Costs, if applicable. Provide a detailed listing of materials and equipment showing
descriptions, unit price, the basis for determining unit price, extended amounts and total.

S: Summary of profit and justification.


6. Fully Burdened Labor Rates for each Labor Category to be used in the Option for Increased Quantity
clause in Section B of the contract. The Government anticipates the Option for Increased Quantity will
be set at 60%.
7. After the c;:ompletion of negotiations, you will be required to submit a Certificate of Current Cost or
Pricing Data.

In light of the fact that the existing CLIN 2 in support of DRG/RDI on Task Order Contract No. 2006-1151009010 expires on 4 June 2012, the Government provides the following Authorization to Proceed/Not to Exceed:

(b)(3) CIAAct
(b )( 4)

'

If vou should h~a~v~e~a~n~~u_es~ti-.c,.ons regarding any aspect of this request, please contact the Contracting Offic_e_r,~_
[a,
In the event that you need assistance before Monday 4 June, please contac~ (b )(3)1
T. a
(b)(3)
ODNI

50 USC 3024(m) (1)

Sincerely,

(b )(3)
ODNI

50

USC 3024(!~){~)

Contracting Officer
UNCLASSIFIED

Approved for Release: 2015/07/20 C06251056

C06251099

Approved for Release: 2015/07/20 C06251099


-

UNCLASSIFIED

1, THIS CONTRACT ISA RATEP ORDER UNDER

A.WA.80/CQ.tHRACT

DPA$ (1$.CFR 350)

2. CONTRACT.(Proc. lns.L ldent) NO.

, 4.. REQUISITION/PURCHASE REQUEST/PROJECT NO.

Ofi/04/2012

5. ISSUEQ.BY

CODE

CO~IRACij STAFF

PA~E 1 OF 1 3

IRATII\IG

3 .. EFFl:CTIVEOATE

20.06-11 1 O.P9-023

(b)(3)

6. ADMINISTERED BYClf other than Item 5)

50 USC 3024(m)(l)

ODNI

...

Washington, DC 20505

7. NAME AND.ADDRESS OF CONTRACTOR (No., strwl, oovnty, State and ZIP CO<kl)

B. DELNERY
DFOBOR!Gl1'1

cooE

OTHER (Soo below)

s; DISCOUNT FOR PROMPT PAYMENT

.. -I f.t>:c::tllTY CODE:

11. SHIP TO/MARK FOR

CENTR,A.T~.CHN.O~QGY:.INC
25 BURLINGTON MALL ROAD SUITE 800
130RLiNGTON, MA 0180~
.

CODE:

CODE

(b )(3)

ITEM

10.SUBMITINVQICES (4
.'copies uflklss otherwise
specified) TOTHE ADDRESS
SHOWN IN

12. PAYMENT-WILL BE MADE BY

CODE

Vendor-PaymentsC( b)(3 ) ~
ODNI 50 USC 3024(m)(l)

13., AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION:

10

u.s.c. 2304(c) o

-41

'1,4, ACCOUNTING

u.s.c. 253(c) ( i

158. SUP~LiESJSERVICES.

15A. ITEM NO.

AND APPROPRIATION DATA

15C. QUANTITY

150. UNIT

15E. UNIT PRICE

1.5F. AMOUNT

See Line .lnftirmatfon

15G, TOTAL AMOUNT OF CONTRACT


...

(Xl

TsEc.

:A
.B

j 7.

(X)

SEC.

o'ESCRIPT!ON

PAGE(S)

PART H CONTRACT CLAUSES

SCHEDUL

CONTRACT CLAUSES

SOLICITATION/CONTRACT :FORM

: f'ART Iii UST OF DOCUMENTS. EXHIBITS AND OTHER ATIACH.

SUPPLIES OR SERV1CE(;'AND PR.ICES/COSTS

DESCRiPTIONISPECS IWORKSTATEMEITT

PACKAGiNG

PAGE(S). .

DESCR!PTION .

PART I

Sl,499,764.00

16. TABLE OF CONTENTS

AND MARKING
INSPECTION AND ACCEPTANCE

I LIST.OF ATIPiCHMENTS
PART IV REPRES.ENTATIONS AND INSTRUCTIONS

REPRESENTATIONS CERTIFICATIONS AND OTHER

F,

DELIVERIES OR PERFORMANCE

STATEMENTS OF.OFF~RORS

CONTRACT ADMINISTRATION DATA

1NsiRs'. 'coNos'. AND NOTICES to N~DnRs

SPECi~1.: CONTRACT ~EOLJIREMENTS

M ... 'i:VALUATION FACTORS FOR AWARD


CONTRACnNG OFf'/CER WILL COMPLETF: ITEM'17 OR 18 AS APPLJCABLE

n .CONTRACTORS NEGOTIATED AGREEMENT (Coritracfur. ls reqJ[re~ to sigh

this~cumenl and return copies to lssu!ng .\:>ffice) c;optractor:agfee's 1o f~~lsh and

n_ '....; .".

net

18..
_'!"_.ARb. (.(;o~iract9~.is,
r~q~ire'd t~: ~i~.". this. d. 0.cu~en.t).. Yo.Ur..?ffer_
on ~citation:Number_ _ . including tha add1t1ons or changes made by you

.deliver all items or perfon;i, all the StJryices set forth or <?th~ist:. i9en1m~d ~po~e ai;id c;m w~i.ch. a9diUoris or changes are set forth in fuU ;above, Is hereby. accepted as. to
any continuation sh.eels for the conslde1c3Uon stated herei~: Jh13 rightl;'_ang opljgations of the terms _Usled above and ,on any continuation sheeu; .. This award consummates
the .Parties to thl,s contract shall bes.ubjecpo an~ goyerrecl ~y th'!Jollo~ing d.~menls:
~ntiact which consists' of. the: following documonts:. (a) the Gov13rnrnent's
(a) 'this !'IW?r~/contr~ct, (b) the. solicila\ipn; If any;. ~lld . (c) Sllch: provisions, solicitation and your offer, and. (b)'this award/contract. .No further contractual
repre~entalions, certifi.ca~pn~. and' specifi<?Blions, as. are attached _or Incorporated by document Is necessary.
reference herein., .(Attachments are listed h~rein)

the.

19A. NAME AND TITLE.OF SIGNER. (Type or p!inl)

ODNI

(b)(6)

jcontroller
19C. DATE SIGNED .

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

6/26/12
STANDARD mRM 26 IREV_.4-2008)

NSN 7640-01-152-B069
Previous edition Is unusable

Prescribed by GSA FAR (48 CFR) 53,214(a}

UNCLASSIFIED

Approved for Release: 2015/07 /20 C06251099

C06251099

e ease: 2015/07/20 C06251099


A.,eaove dfor RI

2. CONTRACT (Proc. Inst. !dent.) NO.

3. EFFECTIVE DATE

2006-1151009-023

rAGE 1 OF 13

RATING

, 4. REQUISITION/PURCHASE REQUEST/PROJECT NO.

06/04/2012

5. ISSUEDBY

CODE

(b )(3)0NTRACTS STAFF
I

1. THIS CONTRACT IS A RATED ORDER"WNDER


DPAS (15 CFR 350)

AWARD/CONTRACT

6. ADMINISTERED BY(lf other than ttem 5)

ODNI 50 USC 3024 (rn) ( 1)

CODE

(b)(3)

Washington, DC 20505

7. NAME AND ADDRESS OF CONTRACTOR (No.. sireet, county, Sta.le and ZIP Code)

8. DELIVERY

CENTRA TECHNOLOGY INC


25 BURLINGTON MALL ROAD SUITE 800
BURLINGTON, MA 01803

DFOBORtGIN

11. SHIP TO/MARK FOR

CODE

OTHER (See below)

9. DISCOUNT FOR PROMPT PAYMENT

10. SUBMIT INVOICES (4


copies unless otherwise
specified) TO THE ADDRESS
SHOWN IN

I FACILITY CODE:

CODE:

12. PAYMENT WILL BE MADE BY

ITEM

CODE

Vendor Payments [(b)(3)=1


ODNI
13. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION:

' D 10 u.s.c. 2304(c) <>


15A. ITEM NO.

41

use

50

3024(m)(l)

14. ACCOUNTING AND APPROPRIATION DATA

u.s.c. 253(c) ()

158. SUPPLIES/SERVICES

15C. QUANTITY

150. UNIT

15E. UNIT PRICE

15F.AMOUNT

See Line Information

15G. TOTAL AMOUNT OF CONTRACT

$1,499,764.00

16. TABLE OF CONTENTS


(X)

SEC.

DESCRIPTION

PAGE(S)

(X)

SEC.

DESCRIPTION

PART I SCHEDULE

17.

SOLICITATION/CONTRACT FORM

SUPPLIES OR SERVICES AND PRICES/COSTS

PAGE(S)

PART II CONTRACT CLAUSES


I

CONTRACT CLAUSES
PART Ill LIST OF DOCUMENTS, EXHIBITS AND OTHER ATIACH.

DESCRIPTIONISPECS./WORK STATEMENT

PACKAGING AND MARKING

INSPECTION AND ACCEPTANCE

DELIVERIES OR PERFORMANCE

CONTRACT ADMINISTRATION DATA

INSTRS. CONDS. AND NOTICES TO OFFERORS

SPECIAL CONTRACT REQUIREMENTS

EVALUATION FACTORS FOR AWARD

LIST OF ATIACHMENTS
PART IV REPRESENTATIONS AND INSTRUCTIONS

REPRESENTATIONS CERTIFICATIONS AND OTHER


STATEMENTS OF OFFERORS

18.g

CONTRACnNG OFFICER WILL COMPLETE ITEM 17 OR 18 AS APPLICABLE

AWARD (Contractor Is ~ot required to sign this document.) Your offer


CONTRACTORS NEGOTIATED AGREEMENT (Contractor Is required to sign
this ocument and return copies to issuing office) Contractor agrees to furnish and on o 1citation Number_ _ , including the additions or changes made by you
deliver all Items or perform all the services set forth or otherwise identified above and on which additions or changes are set forth in full above, is hereby accepted as to
any continuation sheets for the consideration stated herein. The rights and obligations of the tenns listed above and on any continuation sheets. This award consummates
the parties to this contract shall be subject to and governed by the following documents: the contract which consists of the following documents: (a) the Government's
(a) this award/contra ct. (b) the solicitation, if. any, and (c) such provisions, solicitation and your offer, and (b) this award/contract. No further contractual
representations, certifications, and specifications, as are attached or incorporated by docum~nt is necessary.
reference herein. (Attachments are listed herein) .

19A. NAME AND TITLE OF SIGNER (Type or print)

20!'\, NAME OF CONTRACTING OFFl~ER

(b)(3L_
(b )(6)

use

3024(m)(l)

19C. DATE SIGNED

196. NAME OF CONTRACTOR

ODNI

50

BY

(Signature of person authorized to sign)

NSN 7540-01-152-8069
Previous edition Is unusable

s;7~/ /J
20C. DATE

?...

STANDARD FORM 26 (REV.4-2008)


Prescribed by GSA FAR (48 CFR) 53.214(a)

. UNCLASSIFIED

Approved for Release: 2015/07/20 C06251099

C06251099

.....". -~- ...-~

,'

Approved for Release: 2015/07 /20 C06251099

Table of Contents

Pa2e Number

Description
A

c
E

Solicitation/Contract Fonn ....................................................................... :.................................................. ..... .


A.l Incorporation of Base IDIQ Contract Tenns & Conditions ............................................................... 3
Supplies or Services and Prices/Costs ............................................................................................................ 3
152.216-741 Type of Contract and Consideration (FFP-LOET) (MAR 2011) ....................................... .4
152.216-780 Scope of Contract (Fixed-Price, Level-of-Effort Term) (OCT 2003) ................................. 5
152.217-701 Option for Increased Quantity- Direct Labor (FFP-LOET) (MAR 2011) .......................... 5
8.1 Unpriced Option Periods .................................................................................................................... 6
Descriptions/Specifications/Statement of Work .............................................................................................. .
152.211-701 Statement of Work (OCT 2003) ........................................................................................... 6
Inspection and Acceptance ..................................................................................................... ,. ........................ 6
52.246-4 Inspection ofServices--Fixed-Price (Aug 1996) ....................................................................... 7
Deliveries or Performance ............................................................................................................................... 7
152.211-705 Period of Performance (AUG 1996) .................................................................................... 7
152.216-766 Periodic Level-of-Effort Certification (MAR 2011) ................................................. :., ........ 7
52.242-15 Stop-Work Order (Aug 1989) .................... ;.... ,........................................................................ 7
52.242-17 Government Delay of Work (Apr 1984) .................................................................................. 7
Contract Administration Data .......................................................................................................................... .
152.232-701 Billing Cycle (SEP 2010) ..................................................................................................... 7
152.242-701 Authority and Designation of a Contracting Officer's Technical Representative (COTR)
(OCT 2008) ............................................................................................................................................... 7
152.245-715 No Contract Accountable Government Property (MAR 2012) ........................................... 8
Special Contract Requirements ........................................................................................................................ .
152.204-701 Security Requirements - General (DEC 2011) ........................... :........................................ 8
152.204-702 Security Requirements Clearances (DEC 2011) .............................................................. 10
152.204-722 Reporting and Training Requirements for ISSA!fS Approved Contractor Personnel (DEC
2011) ............................................................ '."''"'''''""""''""'"" ............................................................... l 1
152.204-723 Prohibition Against Recruiting on Agency Controlled Facilities (OCT 2008) ................. 11
152.231-707 Early Dismissal and Closure of Government Facilities (Dec 2006) .................................. 11
Contract Clauses .............................................................................................................................................. .
152.223-705 Accident Reporting (JAN 2004) ........................................................................................ 12
52.228-5 Insurance - Work on a Government Installation (Jan I 997) .................................................... 12
52.249-2 Termination for Convenience of the Government (Fixed-Price) (May 2004) ......................... 12
52.249-8 Default (Fixed-Price Supply and Service) (Apr 1984) ............................................................ 12
List of Attaclunents ................................ :...................................................................................................... 12
J-1 List of Attachments ........................................................................................................................... 12

UNCLASSIFIED

Approved for Release: 2015/07 /20 C06251099

C Q6 2 5 1 0 9 9

UNCLASSIFIED

; .

vomractor Name: CENTRA 1Approved for Release: 2015/07/20 C06251099


Contract Number:2006115100.h
.

Page 3 of 13

Section A - Solicitation/Contract Form


A. I Incorporation of Base IDIQ Contract Terms & Conditions
This is Task Order No. 023 under Base IDIQ Contract No. 2006-1151009-000. All Terms and Conditions of the Base
IDIQ Contract are hereby incorporated by reference. In addition to the Terms and Conditions in the Base IDIQ Contract,
the items contained in this document apply specifically to this Task Order.

Section B Supplies or Services and Prices/Costs

100

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

101

ODNI

102

Period Base Totals


Period Exercised Options Totals:
Period Current (Base + Exercised Options) Totals:

UNCLASSIFIED .

Approved for Release: 2015/07/20 C06251099

ODNI

C O6 2 5 1 0 9 9

UNCLASSIFIED

'

contractor Name: CENTRA 1Appr9y~g fo_r _R~lease: 2015/07 /20 C06251099


Cor.ttract Number:2006-11510~3

Page 4 of 13

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:

152.216-741 Type of Contract and Consideration (FFP-LOET) (MAR 2011)

(a) This is a Firm Fixed Price Level-of-Effort Term Contract as identified in FAR 16.207. The total price for full performance
hereunder is as follows:
Base Period

$1,499,764

(b) The Contractor shall expend its best effort towards accomplishing the work outlined in the clause entitled "Scope of Contract 11

(c) Level-of-Effort for Base Period:

(b)(3) NatSecAct
(b )( 4)
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 [insert hours
or days], the Contractor shall promptly notify the Contracting Officer, in writing, when there is an indication that premature
exhaustion of the total labor hours is predicted.
(e) It is understood and agreed t1lat the rate of labor hours per month may fluctuate in pursuit of the technical objective; however,
such fluctuations will be contro1Ied to avoid an exhaustion of the total labor hours of effort before the expiration of the tenn. of the
contract.

Approved for Release: 2015/07/20 C06251099

CO 6 2 510 9 9

r"

UNCLASSIFIED

(..

contractor Name: CENTRA r-PPr<?~~~ ~o.r -~~lease: 2015/07 /20 C06251099


Contract Number:2006-11510-3

Page 5 of 13

(f) It is further agreed that the Contractor may submit written requests for acceleration of the average hourly rate of effort that will
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 performance shall be without increase in contract price and the transaction
formalized by modification to this contract.
(g) The Firm Fixed Price for performance under this 'Contract is predicated upon the Contractor furnishing at ]east 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
level-of-effort has been provided (if consistent with appropriations law) or make an equitable downward adjustment in contract price
in accordance with the following formula:
Price Reduction ;;: FFP (in $) x (Target LOE - Expended LOE)

Target LOE

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

152.216-780 Scope of Contract (Fixed-Price, Level-of-Effort Tenn) (OCT 2003)


The Contractor shall:
(a) On a Level-of-Effort basis, perform assigned tasks, in accordance with the Statement of Work (SOW).

(b) In accordance with the terms and conditions set forth hereafter, furnish the necessary qualified and properly cleared personnel,
services, travel, facilities, and materials (except those specifically designated to be provided by the Government) to enable
accomplishment of the specific tasks identified by the Statement of Work.
(c) Conduct and/or participate in a Progress Review Meeting, as required by the COTR in order to review task performance and
completion.
(d) Prepare and submit monthly two (2) copies of the contract status report, one to the COTR and one to the CO.

152.217-701 Option for Increased Quantity- Direct Labor (FFP-LOET) (MAR 2011)
(a) The parties recognize that the total amount of direct labor set forth in the "Type of Contract and Consideration" clause in Section
B represent( s) the best estimate of the number of direct hours that will be required to accomplish this contract effort. As the work
continues or evolves, the effort originalJy contemplated may enlarge or modify, necessitating additional hours in excess of the amount
set forth in said clause. As long as the additional effort is deemed by the contracting officer to be within the scope of the contract, the
total amount of direct hours may be increased in order that additional effort may be performed. Unless otherwise specified in the
contract, any increase in total hours shall be at the firm fixed price (FFP) hourly rate as set forth in paragraph (b) below.
(b) The Government may increase the number of direct hours by issuing an appropriately funded unilateral modification to this
contract citing this clause as authority. Each unilateral modification issued pursuant to this provision shall increase the total estimated
contract value set forth in the "Type of Contract and Consideration" clause in Section B, at the FFP amounts as shown in the following
table, respectively for each direct hour added.

Base (6/4/2012-10/31/2012)

(b )(3) NatSecAct
(b )( 4)
(b )(6)
UNCLASSIFIED

Approved for Release: 2015/07 /20 C06251099

ODNI

C O6 2 5 1 0 9 9 .
contractor Name: CENTRA

1t;rr{~q
(

Contract Number:2006-11510

UNCLASSIFIED

( i

to_r _!~~lease: 2015/07/20 C06251099

Page 6 of 13

(b)(3) NatSecAct
(b )( 4)
(b )(6)

ODNI

(c) The number of direct labor hours that may be increased under this clause is not to exceed 100% of the negotiated level-of-effort
(LOE) as stated in the base contract or in each negotiated option period. However, the LOE increase must be accomplished within the
period of performance when the option is exercised.

B. l Unpriced Option Periods


This contract contains two (2) unpriced option periods. The values and FTE levels for both option periods is currently
un-negotiated. The value and FTE levels for both option periods will be negotiated prior to 31 October 2012. The
Government is not under any obligation to exercise any option, priced or unpriced, under this contract.
CLIN 101 I FP-LOE I Option Period One (1): 1 November 2012 - 31 January 2013
CLIN 102 I FP-LOE I Option Period Two (2): 1 February 2013 - 3 June 2013

Section C .. Descriptions/Specifications/Statement of Work


152.211-701 Statement of Work (OCT 2003)
The Sponsor's Statement of Work entitled "DRG Support" dated 31 May 2012, which is incorporated by reference or attached hereto,
is made a part of this contract.

Section E Inspection and Acceptance

52.252-2 Clauses Incorporated by Reference (Feb 1998)

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251099

C O6 2 5 1 0 9 9

UNCLASSIFIED

contractor Name: CENTRA 1Appr(?y~g fqr_R~lease: 2015/07/20 C06251099


Contract Number:2006~11510-3

Page 7 of 13

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon
request, the Contracting Officer will make their ful] text available. Also, the full text of a clause may be accessed electronically at this

address: https://www.acquisition.gov/far/index.btml

Clauses By Reference
~au(~ci.
52.246-4

Section F - Deliveries or Performance


PERIOD OF PERFORMANCE
ITEM
100

START
06/04/2012

END
10/31/2012

101

11/01/2012

01/31/2013

102

02/01/2013

06/03/2013

152.211-705 Period of Performance (AUG 1996)


The period of performance of this contract shall be from 4 June 2012 to 31 October 2012.

152.216766 Periodic Levelof-Effort Certification (MAR 2011)


(a) Within 60 days of completion of the base period and each subsequent option period, the Contractor shall submit to the Contracting
Officer a brief certified statement of the labor hours actually expended in performance of the contract for the period.

(b) The certified statement shall indude the total number of hours expended supported with a breakdown of hours by labor category.

52.252-2 Clauses Incorporated by Reference (Feb 1998)


This contract incorporates one or more cfauses by reference, with the same force and effect as if they were given in full text. Upon
request, the Contracting Officer will make d1eir foll text available. Also, the full text of a clause may be accessed electronically at Liis
address: https://www.acquisition.gov/far/index.html

.Clauses By Reference

r,,_,![~~~~~~~~K
2.242-15
2.242-17

top-Work Order (Aug 1989)


ovemment Delay of Work (Apr 1984)

t,-1

Section G Contract Administration Data


152.232-701 Billing Cycle (SEP 2010)
Pursuant to the "Electronic Submission of Payment Requests using IPP" dause, the Government will issue payment only after services
have been rendered. Consequently, Contractors shall submit invoices in arrears and no more frequently than monthly.

152.242-701 Authority and Designation of a Contracting Officer.'s Technical Representative (COTR) (OCT 2008)
(a) Authority: Perfonnance of this contract is subject to the technical guidance, supervision and approval of the Contracting Officer
or a designated Contracting Officer's Technical Representative (COTR). As used herein, 11 technical guidance" is restricted to
scientific, engineering or other technical fieldof-discipline matters directly related to the work to be performed. Such guidance may
be provided for the purposes of filling in details, clarifying, interpreting or otherwise serving to accomplish the techrucal objectives
and requirements of the contract. In addition, and uniess specified eisewhere in this contract, the authority of the designated COTR is.
specifically limited to the technical administration of this contract and the inspection of supplies being produced, services being
provided or work being perfonned to assess compliance with the scope, estimated cost (if cost-reimbursement), schedule, and
technical.requirements of the contract.

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251099

C O6 2 5 1 0 9 9

I.

UNCLASSIFIED

contractor Name: CENTRA T~pproy~~ for Release: 2015/07/20 C06251099


Contract Number:2006-115100llllb

Page 8 of 13

(b) If an Associate COTR (ACOTR) or a Government Task Manager (GTM) is designated by this clause, the ACOTR wilJ assist the
COTR in his/her responsibilities and will function as the technical representative of the Contracting Officer in the absence of the
COTR. The GTM will assist the COTR in performing his/her responsibilities for a specific task(s). However, the COTR remains
ultimately responsible for the technical performance of the contract.
(c) 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
COTR:

(b)(3)

CIAAct

Telephone No.
(Provided Separately)

(d) Notification: The Contracting Officer 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. All 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 onupplementa) 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 proceeds at its own risk.

152.245-715 No Contract Accountable Government Property (MAR 2012)


(a) This contract shall be performed and completed without any accountable Government property -- whether Government Furnished
Property (GFP) or Contractor Acquired Property (CAP). The Contractor shall make no requests for Government property except
when the Government may accrue significant tangible benefits by granting such a request. The Contractor shall not accept, request, or
pursue accountable Government property from anyone other than the Contracting Officer and shall not act upon such request until
written authorization is received from the Contracting Officer via contract modification.

(b) The Contractor may use Government property in their possession, which is accountable to other Agency contract(s), for the
perfonnance of this contract if the Contracting Officer(s) of the other contract(s) provides written authorization of their approval.
Such use shall be on a rent-free, non-interference basis and shall comply with the terms and conditions specified in the Contracting
Officer's written authorization.

Section H - Special Contract Requirements


152.204-701 Security Requirements - General (DEC 2011)
(a) Contracting Officer's Security Representatives (COSR) are the designated representatives of the. Contracting Officer and derive
their authorities directly from the Contracting Officer. They are responsible for certifying the Contractor's capability for handling
classified material and ensuring that customer security policies and procedures are met. The COSR is the focal point for the
Contractor, Contracting Officer, and COTR regarding security issues. The COSR cannot initiate any course of action that may alter
the terms of the contract. The COSR for this cont( b) (3) C IAAct1d can be reached ( b) ( 3) CI AA ct]

(b) The provisions of this clause shall apply to the extent that any aspect of this contract is classified.
( c) The Contractor is obligated to comply with all relevant clauses and provisions incorporated into this contract and with the
"Contractor Secrecy and Security Agreement", Form 4177, and as referenced therein, the National Industrial Security Program
Operating Manual (NISPOM), February 2006, and al] applicable Sponsor security policies and procedures, including Intelligence
Community Directives (ICD). The Contractor shall maintain a security program that meets the requirements of these documents.
(d) Security requirements are a material condition of this contract. This contract shall be subject to immediate termination for default,
without the requirement for a 10-day cure notice, when it has been determined by the Contracting Officer that a failure to fully comply
with the security requirements of this contract resulted from the willful misconduct or Jack of good faith on the part of any one of the
Contractor's directors or officers, or on the part of any of the managers, superintendents, or equivalent representatives of the
Contractor _who have supervision or direction of:

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251099

C O6 2 5 1 0 9 9

/. .

UNCLASSIFIED

contractor Name: CENTRA r6.oy~g fqr_Rllease: 2015/07/20 C06251099


Contract Number:2006-115100
3

Page 9 of 13

( l) AH or substantially all of the Contractor's business, or


(2) All or substantially all of the Contractor's operations at any one plant or separate location in which this contract is being
performed, or

(3) A separate and complete major industrial operation in connection with the performance of this contract.
(e) When deficiencies in the Contractor's security program are noted whi_ch do not warrant immediate default, the Contractor shall be
provided a written notice of the deficiencies and be given a period of 90 days in which to take corrective action. If the Contractor fails
to take the necessary corrective action, the Contracting Officer may terminate the whole or any part of this contract for default. The
Contractor shall maintain and administer, in accordance with all relevant clauses and provisions set forth or incorporated into this
contract, a security program that meets the requirements of these documents.

(1) When it is deemed necessary to disclose cJassified information to a subcontractor in order to accomplish the purposes of this
contract, the Contractor shall request permission of the Contracting Officer prior to such disclosure. The Contractor agrees to include
in a11 subcontracts alJ appropriate security provisions pertaining to this contract.

(g) Classification Authority -- Executive Order 13526 - Classified National Security Information provides principles and procedures
for the proper classification and declassification of material. These principles and procedures are applicable to classified documents
or materials generated by the Contractor in performance of this contract.
(h) Identification and Markings -- The classification of documentation shall comply with the guidelines set forth in Executive Order
13526 - Classified National Security Information.
(i) In addition, each classified document shall have a classification block placed in the lower left-hand corner of the first page (or on
the inside front cover of bound publications, provided that th.e overa1J classification is marked on the outside cover):
Classified By: [Contractor's Agency Identification Number]
Derived From: [
Reason: [

* J

* J

Declassify On: [

* )

*Use the classification guidance from the CDCG.

G) Each classified document shall indicate which paragraphs or, other portions, including subjects and titles, are classified and which
are unclassified. The symbol "(TS) for Top Secret, "(S)" for Secret, "(C)" for Confidential, and "(U)" for Unclassified will be placed
at the beginning of the text to which it applies. Non-text portions of a document, such as photographs, graphs, charts, and maps, will
be marked in a readily discernible manner, as will their captions.
(k) Subjects and titles should be selected so as not to require classification. When a classified subject or title must be used, a short
title or other unclassified identifier should be assigned to facilitate receipting and reference, if such an identifier (e.g., a report number
or registry number) will not otherwise be assigned.
I

(I) Downgrading and Declassification -- No classified document or material provided by the Customer, or generated by the Contractor
. pursuant to the contract, may be downgraded or declassified unless authorized in writing by the Customer's Contracting Officer.
(m) The Contractor shall report al] contacts described in the NISPOM Chapter 1 Section 3-Reporting Requirements as promptly as
possible, but in no event later than two business days after receipt of such knowledge to the Contracting Officer or COSR.
(n) If, subsequent to the date of this contract, the security requirements under this contract are changed by the Government, as
provided in this clause, and the security costs or time required for delivery under this contract are thereby increased or decreased, the
contract price, delivery schedule, or both, and any other provision of this contract which may be affected shall be subject to an
equitable adjustment in accordance with the procedures in the Changes clause of this contract.
( o) When the Contractor, in performance of the work under this contract, finds the requirements of any of the clauses in this contract
to be in conflict with security instructions, the Contractor shall call such conflict to the attention of the Contracting Officer and/or
COSR. The Contracting Officer may issue a waiver in writing to:
(I) Modify or rescind such security requirements, or

UNCLASSIFIED

Approved for Release: 2015/07 /20 C06251099

C O6 2 5 1 0 9 9

UNCLASSIFIED

Contractor Name: CENTRA T~e.er9.Y~~ !~r.f~~lease: 2,015/07/20 C06251099


Contract Number:2006-115100~3

Page 10 of 13

(2) Waive compliance with such security requirements.

152.204-702 Security Requirements - Clearances (DEC 2011)


(a) The Agency only conducts security screening 'on contractor personnel who are employees ofthe contractor company at the time
the Contractor requests a security clearance or access approval. In order to access an Agency facility, the contractor employee must
be a U.S. citizen. In order to receive a security clearance or access approval, contractor personnel shall be US citizens and provide the
following information for use in the clearance process:
(1) "Industrial Security Approval or Access Request", Fonn 431 I;
(2) "Questionnaire for National Security Positions," SF 86; and,

(3) Fair Credit Reporting Act Release form.


The Contractor shall plan for expected attrition by advanced preparation and submission of the aforementioned items.

(b) Those contractor personnel needing unescorted access to Government facilities (to include Government automated information
systems) and access to sensitive compartmented information (SCI) or information classified at the Top Secret level shall be required to
have an Industrial Security Staff Approval/Top Secret (ISSA/TS) security clearance along with any required SCI access approvals.
The granting or denial of an ISSA/TS or SCI access approval is based on a comparison of the results of a full field background
investigation and ful) scope polygraph testing against the adjudicative guidelines issued pursuant to Executive Order 12968 or other
applicable law or regulation. The adjudicative guidelines have also been adopted as an annex to Intelligence Community Directive
(ICD) 704 and have been incorporated by reference in Agency Regulation 101. Full scope polygraph examinations cover both
counterintelligence (CI) and security issues to include involvement in illegal drug use and criminal activity. Full scope polygraph
examinations are an integral part of ISSA!fS security screening.
(c) Those contractor personnel needing access to Top Secret or SCI material but only limited or no access to Government facilities
shall be required to have an Industrial Security Approvalffop Secret (ISA/TS) security clearance, along with any required SCI access
approval. The granting or denial of an ISAJTS or SCI access approval is based on a comparison of the results of a full field
background investigation and CI scope polygraph testing against the adjudicative guidelines issued pursuant to Executive Order

12968; adopted as an annex to !CD 704; and incorporat~d by refere~ce in Agency Regulation IO l.
(d) Those contractor personnel needing access to Secret material and little or no access to Government facilities shall be required to
have an Industrial Security Approval/Secret (ISNS) security clearance. The granting or denial of an ISAIS is based on a comparison
of the results of a more limited inquiry (generally National Agency Checks [NAC], Local Agency Checks [LAC], and credit checks)
against the adjudicative guidelines issued pursuant to Executive Order 12968 and incorporated by reference in Agency Regulation
10.1.
(e) Those contractor personnel needing unescorted access to Government facilities and who may, as a result, receive inadvertent
access to classified material shall be required to have a Facility Access Approval (FAA). The granting or denial of an FAA is based
on a comparison of the results of a background investigation and full scope polygraph testing against the adjudicative guidelines
issued pursuant to Executive Order 12968 and incorporated by reference in Agency Regulation 101. (f) Four and one-half years from the cleared personnel's last background investigation, the Contractor shall resubmit to the Sponsor a
complete clearance package to be used to re-investigate such individuals' continued eligibility for security clearance or access
approval.

(g) If portions of this work under this contract occur at Government facilities, all Sponsor regulations and procedures that relate to
security management shall be adhered to by contractor personnel. In the event that the development of information or material is not
clearly covered by the contract or regulations, the Contractor is required to seek Government guidance regarding its handling. Any
questions that the Contractor or contractor personnel may have on the applicability of these requirements shall be addressed to the
Contracting Officer's Security Representative.
(h) Only such persons who have been authorized by the Contracting Officer or the, Contracting Officer's Technical Representative
shall be assigned to this work. In order to track individuals to specific contract activities, the Contractor is require~ to maintain the
following information: (1) by contract number - individuals who have worked, are currently working, or are in security processing for
each contract; and (2) by individual identify each classified contract the individual has supported. Upon Government request, this
information is to be made available to the Contracting Officer, Contracting Officer',s Technifal Representative, or Contracting

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251099

C O6 2 5 1 0 9 9

UNCLASSIFIED

Contractor Name: CENTRA ~ppr~~~<!!?: B_~lease: 2015/07/20 C06251099.


Contract Number:2006 ..11510-3

Page 11 of 13

Officer's Security Representative.


(i) All contractor personnel who receive a security clearance or access approval under the terms of this contract will be required to
execute an Agency specified secrecy agreement and/or nondisclosure agreement.

(j) The Contractor agrees to abide by all applicable Agency security regulations governing personnel,. facilities, technical, information
systems, communications, and protective programs.

152.204-722 Reporting and Training Requirements for ISSA/TS Approved Contractor Personnel (DEC 2011)
The Industrial Contractor who has staff-like (ISSA/TS) ac~ess has the following mandatory reporting and training requirements:
(a) Financial DiscJosure. A Financial Disclosure Form must be completed by the cleared individual within 30 days of approval date
and then every two years depending upon their last name in accordance with Agency direction.

(b) Foreign Contacts. All unofficial foreign contacts must be reported in accordance with Agency Regulation 10-31 Unofficial
Contact with Foreign Nationals.
(c) Foreign Travel. All personal foreign travel must be reported in accordance with Agency Regulation 10-14 Personal Foreign
Travel.
(d) Outside Activities. All contractors must report participation in outside activities as defined in Agency Regulation (AR) l 0-15
Outside Activities in accordance with the procedures as set forth in AR l 0-15d(l ).
(e) Agency Information Security Course (AISC). All contractors with access to Agency Information Systems must complete annual
Infosec training.
(f) Counterintelligence Training. Contractors working on Sponsor contracts shall complete the CI Essentials training course unless
s/he has completed a Counterintelligence and Security Program (CISP) course within the past five calendar years. Contractors
working on ODNI contracts shall complete the CI Awareness for the ODNI (CiAO) training course within three months ofassignment
to the ODNI and complete annual refresher CI training as designated by ODNI/MSD/CI.

152.204-723 Prohibition AgaiI1st Recruiting on Agency Controlled Facilities (OCT 2008)


(a) The Contractor shall inform its employees and subcontractors that they are not permitted to engage in employment recruitment
while on any facility owned, leased, or otherwise controlled by the Agency or to use Agency communications systems (e.g. cable and
computer systems) and nonpublic information in connection with recruitment without written approval of the Contracting Officer. For
purposes of this clause, recruitment refers to discussions of future employment with the contractor or subcontractor initiated by an
employee of the contractor or subcontractor; distribution of employment forms or other employpient paperwork, or similar activities
directed towards obtaining the employment of any individual by the contractor or subcontractor. Any Contractor or subcontractor
employee who violates this policy may be denied further access to Agency controlled facilities and systems. The Contractor shall
emphasize this fact to its employees and subcontractors and sha]J include the substance of this clause in each subcontract issued under
this contract.

(b) The prohibition set forth in paragraph (a) above does not apply to the recruitment of Agency personnel enrolled in the Agency's
Career Transition Program.
(c) Denial of access to Agency controlled facilities and systems as described in paragraph (a) of this clause shall not relieve the
Contractor from full performance of the requirements of this contract, nor will it provide the basis for any claims against the
Government.

152.231-707 Early Dismissal and Closure of Government Facilities (Dec 2006)


(a) When an Agency facility is closed, and/or a delayed arrival/early dismissal of Federal employees is directed due to severe.
weather, a security threat, a facility-related problem, or other emergency event that prevents personnel from working, on-site
contractor personnel regularly assigned to work at that facility should follow the same reporting and/or departure directions given to
Government personnel. Non-essential contractor personnel, who are not required to remain at or report to the facility, shall follow
their parent company policy regarding whether they should go/stay home or report to another company facility. Subsequent to an

UNCLASSIFIED.

Approved for Release: 2015/07/20 C06251099

CO 6 2 510 9 9

(.

UNCLASSIFIED

( .

16e!:~.Y~9 !~r.~~lease: 2015/07/20 C06251099

Contractor Name: CENTRA


Contract Number:2006".115100~3

Page 12 of 13

. early dismissal and during periods of inclement weather, on-site contractors should monitor radio and television announcements
before departing for work to determine if the facility is closed or operating on a delayed arrival ba'sis.

(b) When Federal employees are excused from work due to a holiday or a special event (that is unrelated to severe weather, a security
threat, a facility-related problem, or other emergency event), on-site contractors will continue working established work hours or.take
leave in accordance with parent company policy. Those contractors who take leave shall not direct charge the non-working hours to
an Agency contract.
(c) Contractors are responsible for predetermining and disc.losing their charging practices for early dismissal, delayed openings, or
closings in accordance with the FAR, applicable cost accounting standards, and company policy. Contractors shall follow their
disclosed charging practices during the contract period of performance, and shall not follow any verbal directions to the contrary. The
Contracting Officer will make the detennination of cost alfowability for time Jost due to facility closure in accordance with FAR,
applicable Cost Accounting Standards, and the Contractor's established accounting policy.

Section I - Contract Clauses

152.223-705 Accident Reporting (JAN 2004)


(a) The Contractor shall provide oral notification to the Contracting Officer or the authorized representative of the Contracting Officer
when an accident occurs on Federal property in connection with performance of this contract. Notification must be given not later than
twenty~four (24) hours after the accident occurs.

(b) When requested by the Contracting Officer or the authorized representative of the Contracting Officer, the Contractor shall
conduct an investigation of the accident and shall prepare a report that identifies all pertinent facts related to the accident. The report
shall include, but not be limited to, the underlying cause(s) of the accident and the actions the Contractor shall take to prevent the
recurrence of similar accidents. The Contractor shaJl submit the report to the Contracting Officer or the authorized representative of
the Contracting Officer not later than fourteen (14) calendar days from the date the accident occurs.
(c) The Government may elect to conduct an investigation of the accident with the assistance of the Contractor.
(d) Compliance with the provisions of this clause shall not entitle the Contractor to an equital;>le adjustment in contract price or to an
extension of performance schedule.
(e) The Contractor shall incorporate this clause, including this paragraph (e), in all subcontracts, with appropriate changes in the
designation of the parties.
.,

52.252-2 Clauses Incorporated by Reference (Feb 1998)


This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon
request, the Contracting Officer will make their fu]] text available. Also, the full text of a clause may be accessed electronically at this
address: https://www.acquisition.gov/far/index.html

Clauses .BY Reference

.!ilaus~~.

r~;-.

:~~Jr

2.2285
2.2492
52.2498

nsurance Work on a Government lnstallation (Jan 1997)


ermination for Convenience of the Government (Fixed-Price) (May 2004)
efault (Fixed-Price Supply and Service) (Apr 1984)

Section J - List of Attachments

Identifier

Title

Date

Number of

Pages

J-1 List of Attachments

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251099

C O6 2 5 1 0 9 9

..

UNCLASSIFIED

I.

contractor Name: CENTRA rf~iflJs,_v~.9 J9r__13~1ease: 2015/07 /20 806251099


Contract Number:2006-115100
3

1) Statement of Work (SOW) entitled "DRG Support", dated 31 May 2012.

UNCLASSIFIED

Approved for Release: 2015/07/20 806251099

Page 13 of 13

C06251052

Approved for Release: 2015/07/20 C06251052

COHRDE:HTIAL

Statement of Objectives
(b)(3) NatSecAct

ODNI

29 July 2010

Page 1 of 9

COm'IBEffi'fAL

Approved for Release: 2015/07 /20 C06251052

C06251052

Approved for Release: 2015/07/20 C06251052

CONFmnrnAL

ODNI

(b)(3) NatSecAct

Page 2 of 9

CONFIDBKHAL

Approved for Release: 2015/07/20 C06251052

C06251052

Approved for Release: 2015/07/20 C06251052

ODNI

(b)(3) NatSecAct

Page 3 of 9

CO:P:WIBOJTTAL

Approved for Release: 2015/07/20 C06251052

C06251052

Approved for Release: 2015/07/20 C06251052

CONFIDHlTIAL

(b)(3) NatSecAct
ODNI

2.2

Task 2:

(b)(3) NatSecAct
ODNI

2.3

Task 3:

(b )(3) NatSecAct

ODNI

(b)(3) NatSecAct

ODNI

2.5

Task S:

(b)(3) NatSecAct

ODNI

Page 4 of 9

cmTFIDE.PefTIAL

Approved for Release: 2015/07 /20 C06251052

C06251052

Approved for Release: 2015/07/20 C06251052

CONTIDOfflAL

2.6

Task 6:

(b)(3) NatSecAct
ODNI

2.7

Task 7:

(b)(3) NatSecAct

ODNI

. 2.8

Task 8:
(b )(3) NatSecAct
ODNI

2.9

Task 9:

(b)(3) NatSecAct

ODNI

Page 5 of9

CONFfflEI~ I IAC

Approveq Jor ReJ~ase:_ 2Q1_~{0_7_/2_0_C_0_62_5_1_0_52_ _ _ _ _ _ _ ___:___ __

C06251052

Approved for Release: 2015/07/20 C06251052

COW'JDDHIAL

(b)(3) NatSecAct
ODNI

2.10

(b)(3) CIAAct

Task 10:

2.10.1 (U) The contractor shall provide an Administrative Support Officer to support To handle
an array of administrative and logistical duties in support of DRG-RDI mission.
2.10.2 (U) The successful applicant will play a key role in proviping administrative support to
an office e>fl
Istaff and contractors in s. The position requires someone who is able to
manage multiple tasks with limited supervision and anticipate the daily requirements of the
office. Thi~. ideal candidate wil1 be a self-starter with excellent communication and
organizational skills who pays attention to detail.
2.10.3 (U) This position often encounters unusual and nonstandard situations which requires
excellent management of office workflow and strong working knowledge of administrative and
security procedures.
Duties include:

Maintain electronic and paper files to ensure continuity of data.


Evaluates, proposl!s, and/or implements adminisrrativc processes to improve efficiency
and effectiveness.

e
0

Plan, prepare, and coordinate the daily transportation schedule of RDI's exclusive driver.
Act as the main coordinator for ordering and organizing supplies. Work with senior
support officer to supervise space management for vault and arrange for the repair of
office equipment and act as a cleared escort for repair technicians.
Pass and receive clearances and prepare access lists working with commercial building
security.
Maintain inventory, issue equipment, records receipts or supplies.
(b)(3) CIAAct
Acts as Office Responsible Officer using!
I ;
Help draft and proofread office correspondence, spreadsheets, and reports.
Perform as backup T &A Recorder.
Serves as a POC for=(b)(3) CIAAct

Greets and/or escorts visitors and guests .


Work with the senior support officer in planning, coordinating, and executing office
renovations and moves as needed.

Qualifications:
Strong customer service skill demonstrated by anticipating and responding to customer
needs.
e
Excel1ent interpersonal skills, demonstrated by developing working relationships and
networks with DCIA, Directorate, and Office staffs.
;;; Extensive knowledge of rx- ' '"'owerPoint. Word..._,_.,Lll.LJl-,l),LI~.
o
Extensive knowledge of
(b)(3) CIAAct
Page 6 of 9

cmfF1DH1TlAL

Approved for Release: 2015/07/20 C06251052

C06251052

Approved for Release: 2015/07/20 C06251052

COl<fl'lff:lf~f<f'f b d

.o
0

3.0

Knowledge of or willingness to learn specialized rules, regulations, and processes related


to the IC.
Strong commitment to teamwork and collaboration.
Ability to he discreet and maintain confidentially.

SCHEDULE

(b)(3) NatSecAct

ODNI

4.0

PIERSONNEL

(b)(3) NatSecAct

ODNI

Page 7 of 9

COUABEN'ffAL

Approved for Release: 2015/07/20 C06251052

C06251052

Approved for Release: 2015/07/20 C06251052

COtffIDE?fffA

5.0

DELIVERABLES

(b )(3) NatSecAct

ODNI

6.0

TRAVEL

No Domestic or Foreign trave] is anticipated under this contract.

7.0

S1$CURITY
(b)(3) NatSecAct
ODNI

8.0

FACIUTllES
ODNI

(b )(3) NatSecAct

9.0

Pl.ACE AND PERIOD OF PERFORMANCE

(b )(3) NatSecAct
ODNI

10.0

GOVERNMENT FURNISHED PROPERTY

(b )(3) NatSecAct
ODNI
I

I_

Page 8 of 9
CO~lFIDHlTIAL

Approved for Release: 2015/07/20 C06251052

C06251052

Approved for Release: 2015/07/20 C06251052

COHPIBF.J~"fIAL

11.0

AJ>PI.JCABLE DOCUMENTS

None.
12.0

SPECIAL CONSIDERATIONS/REQUIREMENTS

(b )(3) NatSecAct
ODNI

Page 9 of 9
CO~JiiIDE~fffAL

Approved for Release: 2015/07{?0_CQ~_J052 - - - - - ~ - - - - - -

C06251044

Approved for Release: 2015/07/20 C06251044

I._

SECREIJ;NOFORN
STATEMJNT OF WORK

Collection, Review and Redaction Progra.m

ForDRG-RDI
14 September 2009

1.0. (lJ) INTRODUCTION


The DCIA's Director's Group for Rendition, Detention and Interrogation (DRG-RDI) is charged with
providing immediate and timely support to the Senate Select Committee on IntcUigcncc's (SSCI) Review of
CIA's Detention and Interrogation Program. This statement of work identifies specific tasks to be completed by
the Contractor in support of DRG-RDI efforts., This contract is fllnded by DCIA funds; the products will
support the CIA' s requirements to meet the SSCI Review Tcm1s of Reference.
2.0. (U) BACKGROUND
(SN~tF) DRG-RDI serves as the primary focal point for the Senate Select Committee on Intelligence's review of
the Agency's Detention and Interrogation Program. Accordingly, DRG/RDI manages all SSCI requests and
ensures Agency compliance sp~cifically for this review. The Group is responsible for managing the collection,
suhstanlive review and posting of all Agency responsive information directed by the SSCI Terms of Reference.
The review consists of hardcopy and electronic data obtained from across all Directorates and Divisions. DRG
is responsible for substantively reviewing all data considered responsive for submission to the SSCI review
team

3.0. (U) SCOPE OF EFFORT


3.1. Ee'.} Purpose: The Contractor shall provide full-time personnel to support the following requirements. The
purpose of this contract is to provide integrated programmatic support DRG-RDis collection, review and
posting of responsive materials against the SSCI Terms of Reference.
3.2. (U) Contract Type: The government anticipates that this task order wilJ be issued on a Fixed Firm Price,
Level of Effort (LOE) basis.

4.0. (lJ) TECHNICAL REQUIREMENTSffASKS

4.1.
(b )(3) NatSecAct

ODNI

I_
Page 1 of 3

;~CRET//NOFO?t:M

Approved for Release: 2015/07f'?_O C06251044

C06251044

Approved for Release: 2015/07/20 C06251044

, - - - - - - - - - -_ _ _ _ _ _ _ _ _ ____,,SECRB'f//UOFOR!.~i----------------~

(b)(3) NatSecAct

ODNI

5.0 DELIVERABLES
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 working days of the month. Contractor shall report
(b )(3) NatSecAct
I
financial data in sufficient detail to describe costs I
ODNI

6.0 (U) TRAVEL


t,- ROI 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, RDI 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 un~er strict security conditions. All Contractor employees assigned to
work in Sponsor facilities must be U.S. citizens. Contractor personnel who do not hold valid security clearances

to Sponsor facilities must cMrdinatc their visits in advance with the COTR.
(U) Association: The association between the Contractor and the Sponsor is UNCLASSIFIED, however,
disclosure is on a need-to-know basis.
(U) Facility Accreditation: Some classified work may be done at the Contractor's facility, ac; agreed upon with
the COTR and RDI management in advance. Sponsor accreditation to work with and store classified
information at the Secret level will be required prior to having cla~sified information on-site. The Contractor
must have automated information systems accredited for processing Secret-level information for preparation of
proposals, reports, and work. Work requiring automated information processing above the Secret level will be
performed at Sponsor's facilities. The Contractor must have an appropriately approved Closed Area or
accredited SCIF prior to having Top Secret material or hostii:ig Top Secret discussions at the Contractor's site.
The Contractor must have an Accredited SCIF prior to having SCI materials or hosting SCI discussions at the
Contractor's site.
(U) Personnel: The Sponsor shall have and exercise full and complete control over granting, denying,
withholding, or terminating security clearances for Contractor employees. The Contractor is responsible for pre-

Page 2 of 3
.SJ;.;GRET//~mFORH

Approved fC?r Release: 2015/07/?0 C06251044

C06251044

Approved for Release: 2015/07/20 C06251044


OBCRE':P//NOPORl.i

screening all proposed candidates for a~sign01cnt 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 a,:;;signnicnt to the
contract shall be presented to the COTR for review and approval. Contractor must have sufficient personnel
with ISSAfTS clearances at the time of contract award to fmmediatcly begin 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 cnsurequality service. The COTR will pre-approve all personnel submitted for a clearance. The
Contractor shall nominate for clearances only employees to this contract who have been pre-screened.by the
Contractor and who are specifically intended for assignment to this contract.
(U) Compliance: United States 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
~ontractor personnel who enter the Sponsor's facilities. This shall.include compliance with HR I0-26,
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 processed. 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 O:F PERFORMANCE/PERIOD OF PERFORMANCE


8.1. (U) The principal place of performance will be at the Government's facility located in Northern Virginia.
Specific ta~ks undertaken by the Contractor wilJ require Sponsor to provide workspace for on-site personnel.
8.2 (U) The period ofpcrformancc shall be one year from date of contract award.

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 lo 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 prnvide written certification of when and how
the classified material is destroyed~ all methods of destrnction must meet either DCID 6/3, DCID 6/9, or

NISPOM standards.

rn.o

(U) APPLICABLE DOCUMENTS

NIA
11.0 (U) SPECIAL CONSIDERATIONS/REQUIREMENTS.

NIA

Page 3 of 3
~i:C~ilT//NOFORN

Approved for Release: 2015/07/20 C06251044

C06251044

Approved for Release: 2015/07/20 C06251044


.~hCRE'f
(UnC).assified \Vhcn Detached From SO\V)
FACSIMILE TRANSMITTAL SHEET

i:nnH,

(b )(6)

(b)(3)1

ODNI

C:O~IP,\NY:

!)/\Tl'.:

CENTRA

ODNI 50 USC

3024 (ml !J)

21 Sep 2009

l',\X NliMBFR:

F,\X t-<LiMBlill:

(b )(6)

I
Secure I:axinR)

(b)(3)

OIJNI

1'11(

Sl:NDER JlllONE NUMBER:

ODNI 50 USC 3024 ( m) (

(b )(3)
TOT1\J. NO. OF PACES INCLUDIN(i COVER:

IUi:

2006*1151009*010/Mod 8

URGENT

D J."C)R. REVJ!:W

PI.EA.Sf: COi\lMl:N'I'

PJ.1:ASE REPLY

N(l'f'l:s;c;c lMMl:NTS:

Included for your reference, the DRG/RDI Progrnm Office's SOW.


_Sincerely,

(b)(3)

ODNI

50 USC 3024(mi(l)

Enclosure:

SOW- DRG/RDI (3 Pages)

I
,,LUCCI

(UnClassified \v11e11 Detached From SOW)

Approved for Release: 2015/07/20 C06251044

PJ.1-:J\SI: Rl~CYC:U:

C06251051
"2)8/04/2010

15:49

for Release:
1(b)(6)Approved
---~___JI
'---L

2015/07/20 C06251051
l...>C.1'11 r<.H

I t:.\Jnr'luL.u1.:n

PAGE

CENTRA TECHNOLOGY, INCo


25 Bur1ington Mall Road, Burlington, MA 01803
I... --~~(b)(6)_

=1

FAX COVER SHEET


TO: j (b)(3)

q1AAct

FAX NUMBER{(b)(3) CIAAct=1

FROM: C(b)(G)

DATE: August 4, 2010


NUiVIBER OF JPAGES: Cover sheet + 2

RE: ECP to Contract 2006*1151009*010 RDI Task

Per your request following ple~e fmd our pricing to add the
"Administrative Support Officer'' Labor Category. I've included pricing
for the current Option Year 3 as well as the remaining Option Year 4.
If you need anything further please let me know.
Thank you,
l(b)(6f

I .

-----

This message is intended anly for tha use of the indMclual or entity to which It is addressectl and may contain
information that is privileged, confidential, and exempt from disclosure under appllcable law. If you are not
the Intended recipicmt, you are hereby notified that any copying of this communication or dissemination or
distribution of It to anyone other than the intended recipient Is strictly prohibited. tf you have received this
communication in error, please r..otify us !mmed!ate~ by telephone and destroy lt!e me,sage. Thank you.

Approved for Release: 2015/07/20 C06251051

01

C06251051

Approved for Release: 2015/07/20 C06251051

August 4, 2010

l~~J'~c~nology,J(b )(3) NatSecAct~~

ODNI

2006"1151009010

POP: 8/9/10 - 6/3/11


Opjion Yea, 3

Opl for Iner.


Aug 9, 2010 Sep 30, 2010

Gov'Q Site labor

La lxl, Cate11orv

Hours

Rate

Toial

Oct 1, 2010 Jun 3, 2011


Hours

Rate

(b)(4)
(b)(6)

CENTRA Technology, Inc. Proprietary

Approved for Release: 2015/07/20 C06251051

Total

OV3Total
Hours

Total

Qt.'\(Raie

l(b)(6)

lJ

C06251051

Approved for Release: 2015/07/20 C06251051

August 4 1 2010

CEtHRA Technology, Inc.

(b)(3) NatSecActJ

ODNI

2006 11s1009to10
POP: 8/9/10 6/3/11

I-'

IJ1

OD1ionYeu 4
Jun 4, 2011 Sep 30, 2011

Gov'g Site labor

labor Caiegory

Hours

Rate

Toial

Oc:'i 1, 2011-Jun 3, 2012


Hours

RaQe

ToUal

OV3Taul

Houn

Opt for Iner.


QtyRaie

(b)(6)

Total

'1)

l>
G)

111
CSl

CENTRA

Technorogy, Inc. Proprietary

Approved for Release: 2015/07/20 C06251051

C06251048

Approved for Release: 2015/07/20 C06251048


UNCLASSIFIED

t. cu,,-r1v,<.T 11> CODE

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

r ~~1;c:;:;;~'o

AME:-;IJMl,NT/MOl>ll'ICATf<lN N!l.

Modification No. Twelve (12)


<,, ISSUEDllY

950010771232-0

Waslimgton-DC 20505

(b)(3)_

I_

ODNI 50 use
."'l CJ~' 4 ( rn) ( 1)

Inc.

(b )(6)

C(ll)J;;

'I/\. ,\Ml:NllMENT OJ' souc.:rrnnoN NO.

911. l>/\11:1) <SEE. ITE,l,f II)

lilA. MOl)IMCATl<>N Cll'CONTilACT/ORDEI( NO.

ODNI

I 1617

(v'i

Centra Technology
25 Burlington Mall Road, Suite 500
Burlington-MA 01803

l'/\GES

corn;j

H. NA.\lll /\Nil Alll>RESS OF l'01'.TR/\CfOI{ (No. S,r,.rt. ro11111y. Statr1J11,l 'OP: Codi'}

OF

~IHIJECr NO. (/fr41f>lir,1N~/

7. AUMll\'ISTliJWI) UY (lfmhuthllll !1,11161

COl>EI

Contract,;; Staff

(b )(3)

~. l~EQ[!IS!Tl<>N/J>UIKHASI( KE(). NO.

l"A~E

x
IFA(.'II.ITYCODE

2006* 1 l 51009-010
JOU. J>Arnll (SEE ITEM I.II

04June 2007

0001

l J. Tl ns ITEM ONLy APPLIES TO AMENDMENTS OF SOLICITATIONS

D is extended.

The a hove nuni'lcred solicitntion i, amended as set forth in Item 14. The hour nnd date specified for receipt of Offers

D is not extended.

Offer.; mus1 ud;o\1wlcdgc n:ccipt of this amendment prior to the hour and dare spcdlico in the solicitation or as an-cn<led, by one oft~. followiug ireihods:
(aJ By completing Items 8 and 15. and returning nnc (II copy of the amcndn,ent: (h) By acknowkdging rcccip1 of this am:11dm.mt on each copy of 1he offcr ~ubmitli:d; .or (c} By separate
leuer 11r tclcg.rom which includes a reference to the sulici1a1ion und an~mlmenl numhers. f'AII.URE Or YOUR ACKNOWLEl)GMENI' TO BE Rf:CE!VED AT TIIE PLACE
DESIGNATED roR THE RECEIPT OF OrFERS PRIOR TO THE IIOUR AND DATA SPEClf-lED MAY RESULT IN l{fJECilON Of YOUR 01-r~R. If by virtue of 1hi.~
am,:ndnl:lll you dcsin: lO change un offer uln:ady submitted. such change may be made by tcli:gr:im or ktter. provided each telegram or Jetter make.~ refel't!nce to Ilic rnliciuuion and this
Unl<.'ndmcm. anJ is received prior to the opening hour and data $f)Ccificd.
12. i\CCOllNTINCi J\)\'.l) APPROPIU/\TlON D/\TA (lfr"'l"i,wi}

Increase Contract Value By: $7,604,.387

13.

Increase Contract Funding By: $5,102,587

nus ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDEKS.


IT MODIFIES THE CONTl{ACT/ORDER NO. AS DESCRIBED IN ITEM 14.

(VJ

/\.

Tlll:,iUJ,\N(iE OlmliR IS ISSlJl:D l'URSIJA:-ITTO: (Sprdf-yaurhority} 111E CIIANCil~'> SE1TOlffH IN 111,M 14 AHE MAl>I: J;s; TIIECONTlv\CT ORllElt ~O. IN m:M IOA.

II.

TIIE AUOVE NU~llll'.l{EI >CONTl{ACrtOHJ lER IS MODll'll:ll TO REl'IJ:Cnrn, ,\DMINJSTH/\TIVE CH/\MiES <.men a, d11111~rs i11 pa,ri11g 1,ffia, "J1>rr>primion dmt', ~,:-,I Slrr HJR1l1 IN
lll:M 14. l'URSIJ/\NT TOTIIE AUTIIOHl'IY OF l'AJ{ 4\10.l(hl. & 1~2.216,.721 & IS2.2l6-720

C.

THIS SllJ'l'LEMENTAI, A(iREl:MENT JS ENTrnlilJ INT<> PliHSUAI\TTO/\lJTHORiTYOF:

IJ.

<11'1!1'1< Sp,xi!y type nf mndi1k-.itioo and aulhnrityl

FAR 4]. IO~

lh) (3)

JJ.J Ontion For lncreased Ouantitv - Direct Hours

E. IMPORTANT: Contrnclor is nol required

lO

sign this document and return a copy to the issuing office.

1.1, IJES<.'Rll'l'IC >N OF t\MENI J).,11\NT/M( IJlll'lCATI< IN (01xw1i~~d h,r ucr .\t'clitm hmtlinli" i1trludi11g Mlici11Uio11kn111ruc1 .rnl,j~<'l lllaller .. ,,,.,., /msi/JI,.}

See Page Two.

IM. NAME AND mu! OF CONTRACl'ING OfHCER (1)11r or prim J

1511 :-.:,\ME AND TITLE 01' SIGNER (7)p<' or prinr)

(b )(3)
I 5C. DATE SIGNED

1.58. CONTRACTOR/OFFEROR

..

.... {Si!ill{l/llre 1f pnw11 cr11tl111ri:.,J 111 .<i1111J

NSN 7540-011~'.!-8070
l'REVIOliS J:J)rrJON U;\USABI.E

ODNI 50 USC 3024 (m) ( 1)

!6!l. UNfl'ED .)TATES Of ..{\~ERICA

16C DATESIGNED

J
OlLJ.

( b ) ( 3 ) \I
b) (6)~~-.,--,...-~~

v
J0-105
Computer Gc11era1t:d

. j - J / ....

7jl3//U

STAN DARO FORM 30 (REV. I 0..83)


l'rescritxd by GSA
FAR (48 CRH 53.243

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251048

C06251048

Approved for Release: 2015/07/20 C06251048

UNCLASSIFIED

Contractor: Centra Technology Inc


Contract Number: 2006*1151009*010
Modification Number: Twelve (12)
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 Twelve (12) is to exercise the Option For Increased Quantity-Direct Hours clause
under Period-3 for additional surge support for the Director's Group For llendition, Detention,.& Interrogation
(DRG-RDI) program office. The task order perfonnance period remains unchanged at 04 June 2007 through
03 June 2011. Accordingly, the following changes are accomplished under the task order:
I. Section B-1 (a) (Type Contract & Consideration), increase the task order value

(b )( 4)

from
2.

toC(b )( 4 )~

Section B-1 (b) (c), increase the task order cumulative target LOE fron[(b )( 4 )]
l(b)(4)
ltotal labor hours. Reflect the cumulative minimum LOE
~ a n d cumulativemaximumLOE1(b)(4)]

CJ

3. Section B-5 (Limitation of Funds), increase the funded amount fromL(b )( 4


L(b )( 4 )=1to [(b )(4 ):=] Additional funding in Lhc amount of[(b )( 4 )~is
required to fully fund Period-3.

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

Insert Page
3
8

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 C06251048

C06251048

Approved for Release: 2015/07/20 C06251048

UNCLASSIFIED

Contractor: Centra T~chnology


Contract Number: 2006*1151009*010
Page: 3 of 15

SECTION B - SUPPL.I.ES 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 Ta~k Order as identified in FAR 16.207. The total price
for full performance hereunder is $29,U 7,671 and is tis shown:
Element
POP

CLIN 2 (DRG/RDI)

Total :F.FP-LOE

Base-Yr

Option Yr-1

Option Yr-2

Option Yr-3 OY3/Add RDI

Total

04.Jun 2007
03 Jun 2008

04 Jun 2008
03 Jun 2009

04 Jun 2009
03Jun2010

04 Jun 2010

. 04Jun 2010

04Jun 2007

03 Jun 2011

03 Jun 2011

03 Jun 2011

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

ODNI
$ 29,IJ7,671

(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 perfonnance under this task Order is a minimum
of [(b )( 4) :abor hours and a maximum of (b )( 4) labor hours with a +/-3% variance is shown in the table
below.

(b )( 4)

(c) The estimated composition of the total labor-hours under this Task Order is (b )( 4 )Jnd is as follows:

ODNI

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

UNCLASSIFIED

Approved for Release: 2015/07 /20 C06251048

C06251048

Approved for Release: 2015/07/20 C06251048

UNCLASSIFIED

Contractor: Ccntra Technology


Contract Number: 2006*1151009*010
Page:~ of 15
8-4. Priced Options

The Following Option Remains Unexercised:

B.5

15t232720 Limitation of Funds Fixed-Price Task (?rder (JAN 2004)

(a) This firm-fixed-price task order is incremcntal1y funded. The sum of $24,193,305 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 ~1 December 2010 in accorQrince with the following table:
Previously
Funded

Element

Funds Per
This Action

__ ._Amount

(b )( 4)

Base-Yr

~.1Mod~l2L_

Total
Funded
Amount

(b )( 4)

Contmct
Value ----

Difference
( )

-----

(b )( 4)

Option Yrl
Option Yr-2
OptionYr-3
Option Yr-3/Add RDI (Mod-12)

Total:

$ 24,193,305

(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 tht 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 notwithsLanding 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 tota]
amount payable by the Government in the event of termination for convenience includes costs incurred for
work perfom1ed prior to termination, profit on work done by the Contrnctor for the tc1minated portion. and
estimated termination settlement costs.
(c) Notwithstanding the dates specified in the allotment schedule in paragraph (a) of this clause, lhe
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
will state ( l) the estimated date when the.Contractor will reach the 85 percent point and (2) an estimate of
additional 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 clause, or to a mutually agreed upon substitute date. The
notification will also advise the Contracting Officer of the estimated amount of additiona1 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 specifi'ed 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

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251048

C06251048

Approved for Release: 2015/07/20 C06251048

UNCLASSIFIED

Contractor: Ccntra Technology


Contract Number: 2006*1151009*010

Page: 9 of 15
notification, or by an agreed substitute date after such notification, the Contracting Officer 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 wiIJ 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, arid the Contracting Officer will modify the ta">k 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 addit.ional 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 conccrni~g 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 pan1graph {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 tem1inate 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 C06251048

CO 6 2 510 4 5
11/19/200'3
nvv.

i.

~(\Approved for Release:


00: 33 ... :.S':.iiiM~
I

r , i:::1::11::1';:;t

22d ~(Il~2. . ~~6L.~~;045

A1\mNDMENT OJ' SOLJCITATION/MODIFICATION OF CONTliCT


e.

Modli'ication No. 1''1ne (9)

CBI

rl9'UBOBY

C:1utn.ct& St.Aft' ... -\

(b )(3)

1-

Washlngtcn, DC

BflPBCTMI.DA'IB

01 October 2009

ODNI 50 use

3024(m)(l)

iosos

f'(bim::r

25 Bmlingtcn M4lll Raeid., Sulw SOO

Burlington, MA OU03

(b )(6)

tv)

!~

11

.PAOliS

' 2
1S. PROl!CTNO. (UtJ?PlilllXlr.J

1001107'10038-G I/ 10011~

Qmtra Teclumloa.y w.

(Jr.!ll~~

11,~n)CQDB

4, lt.l!QUT&~lmQ.Mo.

Q. NAMSl'IM> ADC'MSSOP~Ol'( (/'la. lf?tl#, C'alal,,., "'1r,tm4!1PtC&d8)

02

. ~.032-P.2----=--

...,...,...,

1 ~~ATttJNHO,

PAGE

o:>osl

9A.

O'I' ll'WJCn'A'tttlN NO.

n . .DAnmr:a&ll!mrwm
10,,\, M~D:J'COk'1"RJ>.crlOlU)1Jil NO,

2006*1151009..010
x JG. t>ATBO
(JU
18)

ODNI

f'IQI

COD!i:

lltl1'1

frJ.t:lU'iY C01>t ~1

O ThcllbllW i,1,1~aollcitmianlfi~l'tdedsaecr~n1:rmm 14, '.t'hefM=IIV4daa=epci:ij!r;dforrec.dJ,tefaffm

04 Jll'rft,!1> 20()1

CJ Isa=~

.iB.mt~w.

Offt!TI ffl\lct ~l!!d,i m=lpr cf O l l a ~ p!&r cc the M..rt' 4etc ~di:iei.\ ill tho ~ollc:dbleioa or cg IIRIEI!~ II)> QIIC af !!lei fl:lllcmll'J ~ :
(a.) Br atm:fllelmt Ifl:m, a Md 15, l!M niMl'li12t em <t) c:apy of Ille am!!ndr.1111M: (b) a, QQwlcd~ez
ot 1111.o
on =chaw of die nfmr llnl!lliuw. or to) .o,
lc:rll:P OP ll!ltgmJ!'J ~ah mcl11drM
co !be so11dllzidan muf ~dmnlt ~tn. 'PAJU.m! OP YOl.lll AClO."OWLSD(]M9ff TO DI
A.T THE~
m:IS1'QNA'tl!,T) f'Qk nm RSCEIYI' OP CPP.E!lS PRIOR TO 'nm HOUR AN'f'J CJA'r'A
MAY llUtll."I IN JliJJ1iCnON OP YOUR
tr\!}' vi11ue 'Ill Chit
11~t
udtr."' w.np s.u ofb
IGhm!ttad, sud! c ~ rmy \lo rmde by ~ a r kll'rl', (SN~ c=b
er lcm:t DJll.lcaa
C!IS solseillllion and dl!A
M1Cnd5 e114 !! r*1Yfd io 11u OJ!!#ntw Sid dp; pp!Cl~

. U, ACC~M'C N'IPRQl!Jll4T?ONOATAOf'PC!twdJ

Inueiase COiltr.acrt Value By, $3,466,033


iDcre&sa Co'Dt.raa 11~ By: $1,007,?SO
13. mIS tTE.M APPLlSS ONLY TO MODIFICATIONS OF CON'IRACTS/OROBRS,
IT MODIFIES nm CONTR.ACT/OlmBl\ NO. AS DSSCIUBBD l'IBM 14.

See Page Two.

(b )(6)

I
Approved for Release: 2015/07/20 C06251045

C06251045

Approved for Release: 2015/07/20 C06251045


UNCIJASSIFIED

11. CONTl{/\Cf Ill COl>E

OF

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT


2. /\MloNDMENT/.\10l)ll'lCJ\TION NO.

r,;

4. RE(JlJISITIONil'!JRCHA~l: REQ. NO.

Modification No. Nine (9)

l'/\(iES

l'ROJl:CT NO. (!ft1111lirnNr)

100110770028-0 // 100110770024-0

<,, ISSUED BY

CODE

l...._________--17.

(b)(3) CIAAc(]

ODNI

so use

cmmj.________

ADMINISTERED IIY (If miler rluu, fltm 61

[(b)(3) CIAAcf]

Contracts Staff
3024 ( m) ( 1)

Washington, DC 20505

H. NAME ,\NI> /\I >I >IH,SS 01' CO~J\CTOR (No. Sirrer. mu11,:.. Srme um/ ?Jf': C"'lr)

(V)

Centra Technology Inc.


25 Burlington Mall Road, Suite 500

rllJirliPJ!!m(b)(~

tOJ__ -i

<IH. 1>1\Tl'.l)(St:t:ITEM II)

lnl\. MODlllCJ\'l'ION OFCON'ffil\CT/t>IWER NO.

ODNI
CODE:

11617

9A I\Mi;NJ>MENT 01' SOl.lCITA'rlON NO.

2006*1151009-010
IO!I, l>I\TED (SEE ITEM 1.1)

IFACII.ITY t:OIJE 0001


04 June 2007
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLJCITATIONS

O Till! nho,c numhcrc<l solki1ation is nnJCnded n.~ sct forth in item 14.

O is c:ttcndcd,

Till! hour and date specified for fl-cc:ipt ofO(f.,.,...

O is no1 extended.

Offers must acknowledge. receipt of this amendment prior tn the hour and date specified in 1he soliciiation or as amended. hy (\ne of the following methods:
(al By completing Items S and 15. nn<l returning one (I) copy of the amendment: (b) Ry ucknowledging receipt of this amendment on each copy of the offer submitted; or <c) By :.cparnt,;
lcUl.'r or telegram whicl1 includes a reference to the solicitation and an'l!ndment nunihcn-. FAii.URE 01' YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE
DESJCiNATl:D FOR TIIE RECEWJ' OF OH'BRS PRIOR TO Till: HOUR AND DATA SPF.ClrtED MAY RESULT IN REJECTION OF YOUR OFFER If by vinue of this
mrendmcnt you dc$irc to change an offer already submitted, such change may he m.'l<lc by telegram or leuer. provided each tclcgmm or lcuer makes reference to tlK! solidtation :ind t.his
anll:ndrrcnt. and i.~ rccci\'c<l prior to the opening hour and datn specified.
1
I~. /\CCOLJNTINCi /\NI) /\l'l'IWl'Rli\TION DATA (Jf,,.'111irrrl)

Increase Contract Value Uy: $3,466,033

Increase Contract Funding By: $1,007.750

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS.


IT MODlFIES THE CONTRACT/()RDER NO. AS DESCRIBED IN ITEM 14.

( .... ) A.

B.

l'IIIS CIIAt,.;Cil: ORJ)l:R IS ISSUED PURSUANT TO: (S1,ci/)1.1rt1lwri~J THE CHJ\1'(iliS SET FOHTII IN ITE~114 AkE M/\llE !NTIIE CONTIV,tTOJWEll NO, IN J'n:M Ill:\.

TIIE ABOVE :s;UMIIEHEI) CONTRACTIOHIJEH IS MOl>IllEI> TO REM.ECT TIIE i\J>MINISTH,\TIVE l'IIAN(iES 1.wrh n, rl1ru1t,.1 in t"i.ring of/irl'. ''l'Jlmf>rin1i,111 ,l11rr. rte.I SET l'I llffll IN
rn,M 1,1, \>lJl{SIJANTT() '111E AlrrllORITY 01' l'AR 4.1.10.;(hl, & 1~2.:?16,727 & 1$2.:2!<,-7211

C.

D.

TJIIS SLll'PI .EMENl'AJ. l\(all:EMENT IS 1:1,rrt!.REI> INTO l'lll~Sll,\NT TO AlrJ1 l(JRJTY 01':

OTI !EH Sp,1cify 1>']'11 nf modilkution and uu1hori1y1

FAR 4'U03 <h) (3) H-3 Ontion For Increased Ouantitv - Direct flours

E. IMPORTANT: Contractor is not required to sign this document and return a copy to the issuing office.
14. DESCRWTIOJ>; 01' AMENDMEl\'TIMOl)ll'!CATION IOr~ani:rd hy UCF ~rcrimr lre~fim;s. i11c/U(lin1: .w/icira1i,~ilrrJ1rtmcr .rnl>jecr mmtrr 1>i11re fe1Lri/J/e.)

See Page Two.

I6A. NAME AND mLE Of' CONTRACTING OFFICER (7)pe or prim)

151\. NAME Ai\'D TITLE OI' ~IGNEI< ('J)peor prim)

I SC. DATE SJGNJ:D

5B. CONTRACTOR/OFFER OR

---..---...--

,.

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

ODNI 50 USC 3024(m)(l)

'if,,./(ID.

H 1\ V

(Si!(trUtllrt' 11/pt'rS<'fl uu1hori:,r./ 111.1i,~n)

NSN 754(J..Ol-lS2-l)070
l'REVIOllS EOrrlON UNUSAIH.F.

J0-105

16C. DATE S!CiNED

Compuier Generated

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251045

:SI n,:~_ ~_::._, rvKM


Prescribed by CiSA
FAR (18 Cf'R) 53.2~3

30 (REV. 10-83)

C06251045

Approved for Release: 2015/07/20 C06251045


UNCLASSIFIED

Contractor: Centra Technology Inc


Contract Number: 2006*1151009*010
Modification Number: Nine (9)
Page~ 2 of 2
This contract may be executed in counter parts, each of which shall be dccined an original, alJ 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 Number Nine (9) is to exercise the Option For Increased Quantity-Direct
Hours Clause for additional surge support for the Director's Group For Rendition, Detention, & lnterrogation
(DRG-RDI) program office. The DRGIRPI surge will consist of--1) An increase in the LOE for the existing
(b )( 4)
labor categories I
2) An increase of
(b) (3) NatSecAct~ labor category; and 3) An extension of the DRG/RDl performance peri~od~fr_o_m_O_I_O_c_t_2_00_9_t_h-ro_u_g_h~
03 June 20 IO. The Contractor will continue to support the DRG-RDI in the coJlection, review and posting of
ODNI
responsive materials pertaining to the Agency's Detention and Interrogation Program. The ovcraIJ task order
performance period remains unchanged at 04 June 2007 to 03 June 2010. Accordingly, the following changes
are accomplished under the task order:

B-1

1. Section
(a_)_ y---p--c T--ask__Order &consideration, increase the task order
value from~-~ __(__~)_(-1)_ __ _______tto[(b)(4)=:]
rr_

2. Section B-1 (b) (c). increase the task order cumulative target LOE from

[(b)(4)~byL
_(b)(4)
. Reflect th_cumulative
minimum LOEl(b)(4) iandcmnu]ative maximum LOE/ (b)(4)]
3. Under Section B-5 (Limitation of Fundsl._lncrcasc the funded amount from
'----.~_(b)(4)
oL(b)(4)~( Additional funding in the amount
of [(b )( 4 )==1is required to fully fund period two.

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

. Insert Page
3 Thru 9

Remove Page
3 Thru 9

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

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251045

C06251045

Approved for Release: 2015/07/20 C06251045

UNCLASSlFIED

CENTRA Technology
Contract No: 2006*1.151009*010
Page 3 of 15

SECTION B SUPPLIES OR SERVICES AND PRICES/COSTS


B-1.

152.216-741 Type of Task Order and Consideration {F'P-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 fulJ performance hereunder is $16,868,118 and is as shown:
Element
Performance Period

I
CUN 2 (DRG/RDI)
Total FFP-LOE

Base-Yr

Option Yrl

Option Yr-2 OY2/RDI-M9

Total

04Jun 2007
03 Jun2008

04 Jun 2008
OJ .Jun 2009

04Jun 2009
OJ Jun 2010

01 Oct 2009
03 .Jun 2010

04Jun 2007

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

ODNI

O.Uun2010

16,868,118

"SEf

(b) The Contractor shall expend its best effort towards accomplishing the work outlined in the clause entitled
Task Orderlt. The Jevel"."of-effort re uired for total rformancc under this task Order is a minimum
of
(b )( 4)
~nd a maximum of
(b )( 4)
with a +/-3% variance is shown in the table
below.

(b )(4)

(c) The estimated composition of the total labor-hours under this Task Order isrb )( 4

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

ODNI

UNCLASSIFiED

Approved for Release: 2015/07/20 C06251045

f}nd is as fo1Iows:

C06251045

Approved for Release: 2015/07/20 C06251045

UNCLASSIFIED

CENTRA Technology
Contract No: 2006*1151009*010
Page 4 of 15
(d) The Contractor shall continually evalu.ate the total level-of-effort required and recommend to the

Government changes thereto which are considered beneficia] in attaining the overall objectives of this Task
Order. In control1ing the utiliz.ation of labor-hours, the Contmctor shall promptly notify the Contracting

Officer, in writing, when there is an indication that premature exhaustion of the total labor-hours is predictl.!<l.
(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
be controlled to avoid an exhaustion of the total labor-hours of
effort before the expiration of the tenn of the Task Order.

will

(f) It is further agreed that the Contractor may submit wriucn requests for acceleration of the average hourly
rate of effort that wiJI result in the utilization of the total labor-hours set forth above prior to the expiration
date of this Task Order. If the contractor's request is approved by the Contracting Officer, the accelerated
performance shall be without increase in Task Order price and the transaction formalized by modjfication lo
this Task Order.
(g) On or about the completion dale of this Task Order, the Contractor shall submit lo the Contracting Officer
a brief certified statement supported by a breakdown, by labor category, of the labor hours actually expended
in the performance of this Task Order.

(h) The Firm Fixed Price for performance under this Task Order is predicated upon the Contractor furnishing

at least the minimum but up to and including the maximum effort specified. In the event the minimum Jcvelof-cffort is not provided as specified, the Contracting Officer sha11 either require the Contractor to continue to
perform work under the task order until. the minimum level-of-effort has been provided (if consistent with
appropriations Jaw) or make an equitable downward adjustment in task order price in accordance with the
folJowing formula:
Price Reduction

=FFP (in $) x (Target LOE - Expended LOE)


Target LOE

"Price Reduction" computed by the above formula is the dollar amount by which the task order price will be
reduced. "PP" in the above formula means the fixed price specified in the task order. 11 LOE 11 in the above
formula means "level of effort".

B-2. 152~216-780 Scope of CQntract (Fixed-Price, Level-of-Effort Term) (OCT 2003)


The Contractor shall:
(a) On a Level-ofEffort basis, perform assigned tasks, in accordance with the Statement of Work (SOW).

(b) In accordance with the terms and conditions set forth hereafter, furnish the necessary qualified and

properly cleared personnel, services, travel., facilities. and materials. (except those,specifically designated to be
provided by the Government) to enable accomplishment of the specific tasks identified by the Statement of
Work.

(c) Conduct and/or participate in a Progress Review Meeting, as required by the COTR in order to review
task performance and completion.

(d) Prepare and submit mo11thly [2] copies of the contract status report.
UNCLASSIFIED

Approved for Release: 2015/07/20 C06251045

C06251045

Approved for Release: 2015/07/20 C06251045

UNCLASSIFIED

CENTRA Technology
Contract No: 2006*1151009*010

Page 5 of 15

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

ODNI

UNCLASSIFIED

Approved for Release: 2015/07/20 C0?251045

C06251045

Approved for Release: 2015/07/20 C06251045

UNCLASSIFIED

CENTRA Technology
Contract No: 2006*H51009*010
Page 6 of 15

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

ODNI

UNCJ ,ASSJFIED

Approved for Release: 2015/07/20 C06251045

C06251045

Approved for Release: 2015/07/20 C06251045

UNCLASSIFIED

CJENTRA Technology

Contract No: 2006*1151009*010


Page 7 of 15

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

ODNI

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251045

C06251045

Approved for Release: 2015/07/20 C06251045

UNCLASSIFIED

CENTRA Technology
Contract No: 2006*1151009*010
Page 8 of 15
B-4. Priced Options

The following options remain unexerciscd:

(b )( 4)

(b )(4)

UNCLASSiFiEI>

Approved for Release: 2015/07/20 C06251045

C06251045

Approved for Release: 2015/07/20 C06251045

UNCLASSIFIED

CENTRA Technology
Contract No: 2006*1151009*010
Page 9 of 15
B.5

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

(a) This firm-fixed-price task order is in'crementally funded. The sum of $12,648,954 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 March 2010 in accordance with the following table:

Element
Hase-Yr

Previously

Funds Per

Total

Funded

This Action
(Mod-9)

Funded

Amount

(b )(4)

Amount

(b)( 4)

Option Yr-1
Option Yr-2
Option Yr-2/Mod-9
Total:

Contract
Value

Difference
(

-)

(b)(4)

$ 12,648,954 l

(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 temiination 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 settlem.ent 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 o.ny 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 point and (2) an estimate of additional 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 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 performance of the task order effort funded pursuant to this clause, for a subsequent period
as may be specified in the allotmeflt 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. tor 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 tact within
the meaning of the clause entitled "Dispu.tes.
(f) The Government may at any time before termination allot additional funds for pertorming 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

_ _ _ _A~p~p_roved for Release: 201_5_/0_7_/2_0_C_06_2_5_1_0_45_ _ _ _ _ _ _ _ _ _ _ __

AMENDMENT OF SOUCITATIONIMODIFICAnoN OF CONT.RA.CT

.IWQtmlrnt)~ JmQ. No.

100ll0ffl038-0 H10WOT7t?G24..o ._

(b)(3)

coos

I~:.... ~.... I

ooNI so use

. =::=aton. DC ZOSOO

9. N'.-.MBM't> AI>muisJOPCCN'ftA.Ctott {>lo. J,,.,.,,,

3024(ml

(ll

------

ltrlr,tJNl'l!flt C:Cb)

<Aftb'a TallWOgy hus..

25 Bulingtnn Md hcl, Suite 500

CJbi(~)A Ol~J

11.

lo,\ ~Ol'c:amtlACTJOlll)'Ail NO.

,r

'.2006*1151009,.010

THIS lTM ONLY APPI.J.P.S n:i AMENPMl!NT OF SOI.I

Oh ffl\lCf o~l!t:S~ roalpt cd'Clls A:l"IC2Jdmrmt {mtlZ' co the Jl6ur 11,,d dm ~c:med i'II !ho aoliG!~ciec a, :11m11W, QIII: al r.tia foltowiug ,mmcd&;
(4) By ~le!itli r;:m, 8 P4 t.S, SM reMl\if,g MO (l) r:apy of Ill: a.mod~ ClJ) By ~1=!:;tng
ct l!d4
Oii c:adl oepyohbc oRr l!!!i~ M tis) n,,
1crll:I' ct ll!legDf!!!, ~h lucbdoa A
ei, die 1~on S!ld bft!lrJldnmlt B111'1(;Jm PA.nm.I OP YO'Uil ACKNO~ TO ll
4.T fflE ?r..ACB
1'~0NA.'l'Er> POl TH! RiCEll'T OJI 0PPSRS nm TO tie HOUP. A.N1'> DATA
MAY ~ 1 lN JUmiCnON OP YOtll 0WBR. 'JJ
al C!iit
aCl.lllfldffl:nt )'O'II de~ r.u wanp aa. O'fb :tl!aey sub:mttod. svdl ~hbflsc ,my~~ b y ~ arlcllll'~ pi?tded eah
er tcuu ~ ~ ' I D lb! ~=tul~n Dtl Olla
tw.ndm;M Ind Is n;qlved pripT to Ille S'9 rm, BDd d@ ppo.,JtJad.
HI, ~t.~Af/ei\l"PltaP~f4"ff0."1CATA0'""11i,,,dJ

Increas; Contraet VelueBy: $3,466s033


IDcnm&e Comadfund:Cq By: $lyd)M,7SfJ
13. THIS rmM APPL1BS ONLY TO MODIFICATIONS OP' CONTRACTS/ORDBRS,
IT MOI>1PmS nm CONI'RACT!O.RDBR NO. AS DMCRilmD !N l'IBM 11$.

See Page Two.

(b )(6)
ODNI

.,L. Jr/J

Hf<t Vf
1540-0!-!~"8070
PJUMOt.i'B JiPmoN ~~"tlaABY..B

i
Approved for Release: 2015/07/20 C06251045

C06251045

Approved for Release: 2015/07/20 C06251045.


UNCLASSIFIED
1JMll ,\rr<,...,,121,i.1.o1~].

11. CON"IHJ\Cl' 11).COJ>I:


AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

r ,~;

::. /\;l.11:Nl>Ml:l'ff/MOl>ll'ICI\TION NO.

Modification No. Nine (9)


<. ISSUED

-~~~~~:;;

2009

100110770-028..(). // 100110770024~

corm I

BY

Contracts Staff ( b) (3)

4. kEQL!ISmONll'lJRCIIA~I: RE(J. NO.

. rA<iE

l'KOJl'.CT NO. (/fc,pplirn/,/r)

7. AIJMJNISTlil{EI> BY (lfothrr 1han /1(1116/

ODNI 50 USC 3024(m)(l)

l'/\(il'~'>

01'

. 1

CODEI

(b)(3)=1

Washington, DC 20505
(V')

H. N/\Mli ANI> ADDRESS OF CONTHA(..'TOH <No. S1ru1, mu111y. !irate 1111d ZJI': <.'odrJ

Ccntra Technology Inc.


25 Burlington Mall Road, Suite 500
Hurlineton. MA

018:

(b )(6)

'Ill. D!\TJ:l)(SEEITEM II)

JOA. MOl>IFICATIO:S: OFCO:S.-'TRAl.'TiORl)l:R NO.

NI

CODI'.:

qA. AMENllMl:.NT OI' SOl.l('ITATION NO.

2006*1151009-010

JOB. llA'n:1> ISEE ITEM l.l)

I1w:11.rrr co1J1: 0001


04 .June 2007
I I. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

11617

O The ahovc numbereJ solidtntion is nm:n<lcd as ~t forth in Item 14. 'Ilic hour am.I date specified for receipt of Off<!rli

is cxt.:nded,

D i~ nm cxtcndcd.

Offors must acknowledge receipt of this mrendrn:nt prior to the. hnur and date ~~cificd in the solicitation or as arrended. hy ooc of chc followine, methods:
<ui" By completing Item.~ 8 ond 15. nnd returning one ( l) copy of the omcndrn:nt; (bl Dy .ickno~Jcdging receipt of this amendment on each copy of the offer suhmittcJ; or {C) Ry ~cpar.1tc
lcucr or ti.!~grnm which includes n reference to the rolicilntion and aniendm.\nt nu1nlxirs. fAJI.URP.. OP YOLJR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE
DESION/\Tl;I) l'OR Tllf: Rl:CEIPT OJ' Orrr.RS PRIOR TO THE HOUR AND DATA SPf:ClflEI.) MAY RESUlflN RfJECTION ()f' YOUR Oll'liR. If oy \irtuc of this
amcndnlL'nt you desire 10 chnngc an offer already submitted, $uch change rroy he: mmlo! by tclegrJm or letter. provided each telegram or letter makes rcfercncc to the solicitation and this
amcndmcnr. :mu is received prior lo the opening hoUI and data ~pccificd.
l:!. AC('(JllNTINO AND t\l'PROl'Rli\TION DATA (lfriq11lm/J

Increase Contract Value By: $3,466,033

Increase Contract Funding By: $1,007,750

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS.


IT MODJFIES THE CONTRACT/ORD.ER NO. AS DESCRIBED IN ITEM 14.
,.., ) A.

II.

Tl II: Al!OVE NUMBliREJJ co;-.;TRACTIORl>l:R IS MODIFIED TO Rici~ H.:r TI IE Al>MINISTRi\ TIVE CIIAN(ji:S l.mch a.t cl1a11.~t'fi11 pt1yin;: ,,ffic,, oppmprfo1im1 dm,. rr.-.J SET l'Olffll IN
rlliM 14. l'lJHSlJANT TOTIIE AUTIIORITY.OF FAH ,IJ, I0.11h). & !5~.2!6-727 & !!11.:W,-720

C.

TlllS Sl.ll'l'I.EMENTAI. ACiREEMlil\'T IS J;NTERED fSTO PUltSllANT TO AUTHORITY OF:

D.

TIIIS CIIANCiE ORl>ER IS ISSUED l'URSUAN'f TO: ISJJt'riiy "u1hr1rit.rl TllECIIAMiES SET l'ORTII IN ITEM 14 ARE MAl>E IN TIIE CONTHACr ORDER NO. IN ITEM 10,\.

OTIIEH Sp,:dly tyt,,., of.mouilka,inn and authority>

FAR 43.103 (b) (3) B-3 Ootion }'or Increased Ouantitv- Direct Hours

E. IMPORTANT: Contractor is not required to sign this document and return a copy to the issuing office.
1-1. IJliSCKll'TION OF AMENl>MHl\1'/MUDmCA TI0:-1 (Or11m1i:ed f;y UCf .1ection hnuli11~s. i11c/11di11.~ s11/icirario11/crmtr11c1 .rn/Jj,,1 mall<" where fni>ible.l

See Page Two.

l6A. N/\ME /\ND TITLE OF CONTRACTING OIHCER O)pr 11r1ri1:1l

I SA. N.'\M!.i ANL> TffLE OF Sl<.iNl'.R (l)p, or prini)

I 5B. CONTRACTOR/Ofl'EROR

(Sii:11t1111rl'

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

1:iC. DATE SlClNf:D

ofJll'fSII/I a11tlwri:t'd to .iil(n}

I I (}

....

1
.. 0. 105

PREVIOUS EDITION IINUSABI.E

Computer GeneratL'll

,. 1
NSN
7!140 QJ. JS_ 8070

I""

(Si~nlllltre of C,m1raurng O.ff1,:rr}

OATS SIGNED

,q;1,;01
.}

I. "

STANDARD FORM.30 (RE v . I - 8.3 )


Pn:s:;ribe<l by GSA
FAR (48 CFR) 53 ..:!~J

UNCLASSIFIED

Approved for Release: 2015/07 /20 C06251045

C06251045

Approved for Release: 2015/07/20 C06251045


UNCLASSIFIED

Contractor: Ccntra Technology Inc


Contract Number: 2006*1151009*010
Modification Number: Nine (9)
Page: 2 of 2
This contract may be executed in counter parts, each of whkh shall be deemed an original, all of which together
shall constitute one and the same instrument. Facsimil~ signatures will be regarded as authentic by all parties.

A. The purpose of Modification Number Nine (9) is to exercise the Option For Increased Quantity-Direct
Hours Clause for additional surge support for the Director's Group For Rendition, Detention, & Interrogation
(DRG-RDI) program office. The DRG/RDI surge will consist of---1) An increase in the LOE for the existing
(b)(4)
labor categories
2) An increase ofc____ _ _ _ _ _ _ _ __
(b )(3) NatSecAct==11abor category; and 3) An extension of the DRG/RDI performance period from OI Oct 2009 through
ODNI
03 June 2010. The Contractor will conti~uc to support the DRG-RDI the collection, review and posting of
responsive materials pertaining to the Agency's Detention and Interrogation Program. The overall task order
perfonnance period remains unchanged at 04 June 2007 to 03 June 2010. Accordingly, the following changes
arc accompl ishcd under the ta~k order:

in

l. Section B-1r:a)/Typ--e-- Ta~k Order & Consideration, increase the task order
value from
(b )( 4)
---~~ ~oL(b )( 4

):=J

2. Section B-i (b) (c), increase the ta~k order cumulative target LOE from
(b)(4):Jby
_(b)(4)
Reflect the cumulative
minimum LOE (~_(~)__ Jand cumulative maximum LOE[(b)(4)].

B:5JUmilation of Funds), increase the funded amount from


(b )( 4)
toC(b )( 4
Additional funding in the amount
of b 4
is required to fully fund period two.

3. Und~cS_cction

CJ

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

C.

.Remove Page

Insert Page

3 Thro 9

3 Thru 9

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

lJt~CLASSIFTED

Approved for Release: 2015/07/20 C06251045

C06251045

Approved for Release: 2015/07/20 C06251045

UNCLASSIFIED .

CEN1rRA Technology

Contract No: 2006*1151009*010


Page 3 of 15

SECTION B .. SUPPLIES OR SERVICES AND !PRICES/COSTS

B-1. 152.216-741 Type of Task Order and Consideration (~'FP-WET) (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 $16,868,118 and is as shown:
Element

Performance Period

CLL'l 2 (DRG/RDI)

Total FFP-LOE

Base-Yr

Ontion Yrl

Ootion Yr-2

OY2/RDI-M9

Total

04 Jun 2007

04 Jun 2008
03 Jun 2009

64 Jun 2009
OJ Jun 2010

01 Oct 2009
03 Jun 2010

04 Jun 2007
OJ .Jun 2010

03Jun i008

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

ODNI
$

16,868,118

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

(b )( 4)

(c) The esti,mated composition of the total labor-hours under this Task Order is~)(~)=}md is as follows:

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

ODNI

UNCLASSfFIED

_Approved for Release: 2015/07/20 C06251045

C06251045

Approved for Release: 2015/07/20 C06251045

UNCLASSIFIED

CENTRA Technology
Contract No: 2006*1151009*010

Page 4 of 15
(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 Task
Order. In controlling the utilization of labor-hours, the Contractor shalJ promptly notify the Contracting
Officer, in writing, when there is an indication that premature exhaustion of the total labor-hours is predicted.
(c) It is understood and agreed that the rate of labor-hours per month may fluctuate in pursuit of the technical
objective; however, such fluctuations wiJI be controlled to avoid an exhaustion of the total labor-hours of

effort before the expiration of the term of the Task Order.


(f) It is further agreed that the Contractor may submit wntten requests for acceleration of the average hourly

rate of effort that will resu]t in the utilization of the total labor-hours set forth above prior to the expiration
date of this Task Order. If the contractor's request is approved by the Contracting Officer, the accelerated
performance shall be without increase in Task .Order price and the transaction formalized by modification to
this Task Order.
(g) On or about the completion date of this Task Order, the Contractor shall submit to the Contracting Officer
a brief certified statement supported by a breakdown, by labor category, of the labor hours actua11y expended
in the pcrfonnancc of this Task Order.
(h) The Firm Fixed Price for performance under this Task Order is predicated upon the Contractor furnishing
at least the minimum but. up to and including the maximum effort specified. In the event the minimum levelof-cffort is not provided as specified, the Contracting Officer shall either require the Contractor to continue to
perform work under the task order until the minimum level-of-effort has been provided (if consistent with
appropriations law) or make an equitable downward adjustment in task order price in accordance with the
following formula:

Price Reduction

=FFP (in $) x (Target LOE - Expended LOE)


Target LOE

"Price RedJ.Jction" computed by the above formula is the dollar amount by which the task order price will be
reduced. "FP" in the above. formula means the fixed price specified in the task order. "LOE" in the above

formula means "level of effort".

B-2. 152.216-780 Scope of Contract (Fixed-Price, Level-of-Effort Term) (OCT 2003)


The Contractor shall:

(a) On a Level-of-Effort basis, perform assigned tasks, in accordance with the Statement of Work (SOW).
(b) In accordance with the terms and conditions set forth hereafter, furnish the necessary qualified and
properly cleared personnel, services, travel, facilities, and materials (except those specifically designated to be
provided by the Government) to enable accomplishment of the specific tasks identified by the Statement of
Work.
(c) Conduct and/or participate in a Progress Review Meeting, as required by the COTR in order to review
task performance and compietion.
(d) Prepare and submit monthly [2] copies of the contract status report.

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251045

C06251045

Approved for Release: 2015/07/20 C06251045

UNCLASSIFIED

CENTRA Technology
Contract No: 2006*1151009*010
Page 5 of 15
.B-3. 152.216-742 Option For Increased Quantity - Direct Hours (FFP-LOET) (NOV 2005)

(a) The parties recognize that the total amount of direct labor hours set forth in the "Type of Contract and
Consideration" clause in Section B rcprcscnt(s) the best cstrmate of the number of direct hours that will be
required to accomplish this contract effort. As the work continues or evolves, the effort origina11y
contemplated may enlarge or modify, ncccssitating additional hours in excess of the amount set forth in said
clause. As long as the additional effort is deemed by the contracting officer to be within the scope of the
contract, the total amount of direct hours may be increased in order that additional effort may be performed.
Unless otherwise specified in the contract, any increase in total hours shall be at the firm fixed price (FFP)
hourly rate as set forth in paragraph (b) below.
(b) The Government may increase the number of direct hours by issuing an appropriately funded unilateral
modification to this contract citing this clause authority. Each unilateral modification issued pursuant to
this provision shall increase the total estimated contract value set forth in the "Type of Contract and
Consideration" clause in Section B, at the FFP per hour amounts as shown in the following table, respectively
for each direct hour added.

as

Option within Base Period: 04 June 2007 - 03 June 2008

ODNI

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

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251045

C06251045

Approved for Release: 2015/07/20 C06251045

UNCLASSIFIED
CENTRA Technology
Contract No: 2006*1151009*010
Page 6 of 15

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

ODNI

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251045

C06251045

Approved for Release: 2015/07 /20 C06251045

UNCLASSU'IED

CJENTRA Technology

Contract No: 2006*1151009*010


Page 7 of 15

ODNI

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

(c) The number of direct labor hours that may be increased under this clause is not to exceed 100%
of the negotiated level-of-effort (LOE) as stated in the ba~e contract or in each negotiated option
period. However, the authorizations for such increases must be accomplished within the period of
performance when the option is exercised.

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251045

C06251045

Approved for Release: 2015/07/20 C06251045

UNCLASSIFIED

CENTRA Technology
Contract No: 2006*1151009*010
Page 8 of 15
8-4. Priced Options

The following options remain unexercised:

(b )( 4)

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251045

C06251045

Approved for Release: 2015/07/20 C06251045

UNCLASSIFIED

CENTRA Technology
Contract No: 2006*1151009*010
Page 9 of 15
8.5

152.232-720 Limitation of Funds FlxedPrlce Task Order (JAN 2004)

(a) This firm-fixed-price task order is incrementally funded. The sum of $12,648,954 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 March 201 O in accordance with the following table:

Element
Base-Yr
Option Yr-I
Option Yr-2
Option Yr-2/Mod-9
Total:

Previously
Funded
Amount

(b)(4)

Funds Per
This Action
(Mod-9)

Total
Funded
Amount

Contract
Value

(b)( 4)

$ 12,648.954

Difference
(

-)

(b )(4)

(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 date when, in the Contractor's best judgment, the total
amount payable by the Government (including any cost for termination for convcnioncc), 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 point and (2) an estimate of additional 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 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 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 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 C06251045

C06251043
09/18/2009

03:04

~Approved for Release: 2015/07/20 C06251043


c _ _ _ __ _ _ _

\.JC::..N I r-1-'1

CENTRA

I C.\.JnNUL.U~;;n

PAGE

TECHNOLOGY, INC

25 Bunington Mall Rd, Burlington, MA 01803


I

TO: r

'FAX COVER SHEET

J
(b )( 6 )

(b)(3) CIAAft

FAX NUMBER: [(b)(3)CIAAct]


FROM:C(b)( 6 )

DATE:

September 1 8, 2009

NillvIBER OF PAGES: Cover sheet+ 1


ODNI

RE: Pricing for[(b)(3) NatSecAct

lcontract2006*1151009*010
(b)(3) CIAAct
(b )( 4)

(b)~3) CIAAct]

Following please find the pricing for the


FTE to be added to Contract
-2006* 1151009*010 for the period of 9/2209 - 9/30/09. The technical POC did end
up reaching out to our security and technical POCs here and we've been informed that

the start date will be Tuesday.


Please let me know if you need anything further.

Thank you,
(b )(6)

Approved for Release:

01

C06251043
09/18/2009

PAGE

03:04

September 1a, 2009


ODNI

I CENTRA Technolo(b ),(3) NatSecActJ


Contract 2006.1151009010
2543 ECF'

FFP/LOE
POP: 9/22/09 - 9/30/09
ECP Summary
Sep 22, .2009 Sep 30j 2009

Govt Si~ Labor Category

Hours

Total

Rate

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

ODNI

Total Gov'i Site Labor

Total Proeosec:8 Costs

ITotals

By Labor Category:

1(b)(4)1

123,017M

(b)(4)

123,017.44

Rours

(b)(3) NatSecAct
(b )(4)
Total Piro osed Costs

(b)(4)

Rate

Totar
ODNI

$ .. 123 017.44

CENTRA Technology, Inc. Proprietary

Approved for Release: 2015/07/20 C06251043

02

C06251043

Approved for Release: 2015/07/20 C06251043


..

FROM :CENTRA

FAX NO.

c(b)(6)=1 . . .

Sep~ 21 2009 08:29AM Pl

~>
. CENTRA TECHNOLOGY,

INCo

4121 WILSON BOULRVARD) SUITE 800


ARLINGTO.NI VIRGINIA 22203-1821

PHONE:[

SECURITY OFF .......


IC....,E
......_ _ _ _-,
(_b_)(6_)_ _ _ _

L___ _ _ _

FACSIMiLE TRANSMITTAL S.HEii:T

(b )(6)
F . . --"

t..1_._1_11.._,.,...,..._ ..... ___

TOTAL No. CJJ7 P J\GES INCLUUJNC. C:OYnR:

(b)(3) CIAAct

CC:

I'

.....
O URGENT

D Fon. lluVl.iiW

(b;-

D nEASE COMMENT

O ?LEAS.I:! REPLY

Approved for Release: 2015/07/20 C06251043

.D

PtnAsri HJCYCJ.R

C06251043

Approved for Release: 2015/07 /20 C06251


\U } \ v

I 'tCHV,;;;ivr\v~

(b )(6)

ODNI

Approved for Release: 2015/07/20 C06251043

C06251054

OU19/20P2 14 : 55 FAX

MAR.19.2012

~Approved for Release: 2015/07/20 C06251054

uuv,, vvv,

P.2.

N0.135

s:38AM

, ,. cmmw:T lt>CODE

:J,

2. AA$1~1MOPlFJCA.l10tJ NO.

018

cooe

6.. ~i;C> 6'1"

(b)(3)

Pl-"na

03/iS/2012

- - - -...... ,
ODNI 50 USC

Washirigton, DC 20505

3 0 2 4 ( m) (

cc:,s

1, - J N 1 ~ BY (ll'~Oliin Uem6)

CONTRA~SSTAFF

I,____ _ __

(b)(3)

~--,------------~

n. .---.,.,--"'

CIENTRA TECHNOLOGY INC


25 BURLINGTON MAU. ROAD SUITE SOC

1l0, Dl'.TEO (&El! IT9.l i1)

BURUNGTON,MA01803

1llA. ~Flf;ATID)( Of ~ ~ f f i NQ.

2001:M 151009-010

cooe
11. THIS ff'e,1 ONt.Y A.PPUI$ TO AMENOMl!NTS OF SOLICITATIONS
DTne a~ rnunbo!'clQ S!Jnc:italion is all'l81'1dad aa Baf'fot\11 1n tern 14. Tho hoMf. dais 15pes:l&ld tor~ o1 Offe !'$

is~.

o"

not SlCltll'Jdal:S,

otters m u s t ~ rllCIElipi; af thta amef)d~i pni,rb V'iO twur't1?ld d wpedfled IJl I f i e ~ orcas~~. by ono ~tha fuUgyJjng
{a) By
compJetmg l!Bma eand 1Si ana "'tiJming
copies or !he 8!ffllrMffl!61'11: 31) 8Y ~ i n u ra:;aJpt of tl'tls
on each etiri"I er U)e cmat
~bmlbd! or Cc) Bi, S&Q3rate lol!ior or talegmn, wtildi ~I.Ides a r'llfere"O& to 1t'IO
t.lrtd ania,dms1'lt l'Qrlbera. FM.1.1,Je OF YOUR ACl<NOW!JmGMENT TO BE
~\/EO AT TIE PLAC6 OESTGNJ\TEO FOTt Tl'll: ~cePT OF Ol'FERS PRIOR TO TiiE HOUR AND DATE SPEC1FtEO MAY RESUL.T IN RE.Je;TION OF YOUR
OF~. 11 oy 'Muc tlf this mnondment yciur ds.a/rs to c:hanae :1n o'ltt,f ;)ll'O~ :5!Jbntil1Dd. liuch cli11f118 l'f'IS',' be~ b y ~ OI' la1tlel', prc:Mdod
tclogram GI' letlsr
matcos l'OfC1'0f'ICO lo lhe ::o!ieitmiorl arid Iha ernen~ .11\d 1:. Rlc:C{Vod prior 1o Iha apanins hour all4 date apeelfl:ed.

13. Ti-us ITEM ONLY APPLIES TC MODIFICATION OF CONTAACTSJORDERS.

-----t
CHl:C!< QN};

rr MOOIFISS THE CONTRACT/OROER NO, A,$ DESCRIBED IN ITEM 14.

A. irUS CHANGE ORDER JS ISSUED PURSUANT TO: (Specify eutl'IO~ THE CttANOES SETFORTI-t IN ITEM 14 ARE MAOe
NO, IN ITEM iOA.

C. 'THIS SUPi'~Al,. A G ~ IS erreRED I

TO A\1T110RITY OF:

Mutual Agreement of the Parties [FAR 43.103(a)]

14.~0f'A~/MOCjRC.ATQ,l(~?WUCFeecdenl\Md~~~Bl,lbJllall\lll:Wv.t,cin,~a..)

Please see Aa 1 Purpose of Modification.

,s
ODNI

Approved for Release: 2015/07/20 C06251054

1lfl: ~ C T

C06251054

Approved for Release: 2015/07 /20 C06251054


UNCLASSIFIED

11.

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT


2. AMENDMENT/MODIFICATION NO.

3. EFFECTIVE DATE

018

ID CODE

'PAGE 1 OF 11

4. REQUISITION/PURCHASE REO. NO.

, 5. PROJECT NO. (If opplicabla)

03/15/2012

6. ISSU~D BY

(b

CONTRACT

1--- (b)(3)

1. ADMINISTERED BY (If other lhan Item 6)

CODE

CO:RACJS STAFF

------------------ -

---]

CODE

ODNI 50 USC 3024 (m) ( 1)

)(~a;~ngton, DC 20505

8. NAME ANO ADDRESS OF CONTRACTOR (No .. &!root, country. state and ZIP Code)

(X)

CENTRA TECHNOLOGY INC


25 BURLINGTON MALL ROAD SUITE 800
BURLINGTON, MA 01803

9A. AMENDMENT OF SOLICITATION NO.

SS. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

I FACILITY CODE

CODf.

2006-1151009-010
108. DATED (SEE ITEM 111

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 a~d date specified for receipt of Offers

is extendod,

is not extended,

Offers musl .icknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amer:ided, 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 letter. provided each telegram or letle1
makes reference to Ule solicitation and this amendment, and is received prior to the opening hour and dale specified.

12. ACCOUNTING ANO APf'HOPRIATION DATA (II require<!)

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

_ _ _ ____, ORDER NO. IN ITEM 10A.

14

ARE MADE IN THE CONTRACT

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 AUTHORllY OF:

Mutual Agreement of the Parties [FAR 43.103(a)]


D. OTHER (Specify type of modification and authority)

E. IMPORTANT; Contractor

Is nol,

[!]

Is required to sign lhis document and return __ ,_ a,ple,; to Iha Issuing olfic.:e.

14. OESCR!~TION OF AMENDMENT/MODIFICATION (Org:inized by UCF settlon headings, Including sollcitaiton/contract ~ubject matter where feasible.).

Please see A.1 Purpose of Modification.

::xcel/t as provided tierein. all terms and conditions al the documenl referenced in Item 9A or 10A. as heretofore changed, remains unchar1ged and in full force and effect.
15A. NAME AND TITLE OF SIGNER (Type or print)

16A. NAME AND TITLE~ CONTRACTING OFFICER

(bJ'(3'J

...,1,;""'R-J""'.n""'1J"'"T""o..,.t."'"rT.,.,r""'lo'""1n""'r::""'c-""r::o""'n""'o,...-------------~,:"::.,,...':!""'!.n~A"='T="'c:~c,~,.,~..~c:n==--+.:-::-::yl((~'~-))_((_~~l)-.-----..-~----~--~/
(Signature of person authonz.ed to sign)

rpe

or print)

ODNI 50 USC
3D24(m)(1)

1~:c~ ')
o~i~ ~-~
..)

NSN 7540-01-152-6070

STANDARD FORM 30 {REV.

Previous edition unusable

10-83)
UNCLASSIFIED

Approved for Release: 2015/07/20 C06251054

~i

Ir /l!v...._ vV

C06251054

Approved for Release: 2015/07/20 C06251054


UNCLASSIFIED

Table of Contents

Page Number

Description
/\

Solicitation/Contn1ct Forni ............................................................................................................................... .


A. I Purpose of Contract Modification ...................................................................................................... 3

Supplies or Services and Prices/Costs ............................................................................................................. 5


152.216-741 Type of Contrnct and Consideration (FFP-LOET) (JUL 2007) ........................................... 6
152.232-720 Limitation of Funds - Fixed-Price Contract (J/\N 2004) ..................................................... 9

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251054

C06251054

Approved for Release: 2015/07/20 C06251054


UNCLASSIFIED

Page 3 of 11

Contractor Name: CENTRA TECHNv1..0GY INC


Contract Number:2006-1151009-010
Modification Number: 018

Section A - Solicitation/Contract Form


A.1

Purpose of Contract Modification

This is Contract Modification No. 018. The purpose of this modification is to:

(b )( 4)

I)

Certify the Contractor's expended level of effort for the Base Year of the contract. The Contractor expended
which did not meet the minimum ofl
!Therefore, the value of the Base Year of the
~co-1-1tr-a-ct_h_a_s-be-,e-n-re___,-'duccd fromc=(b )( 4)
to l(b )(4 )]in accordance with the Fee Reduction Fommla in
part (f) of I 52.216-741 Type of Contract ana Considerat1on (FFP-LOET) (JUL 2007)
Price Reduction = FFP (in $) x (Target LOE- Expended LOE)

Target LOE

=1~---(-b)-(4-)- ~
=I~

(b)(4)~4Lf

=~)H)=1

2)
ertify the Contractor's expended level of effort for Option Year One (1) of the contract. The Contractor expended
(b )( 4) -,_Jwhich met the minimum o(]b )( 4)
The value of Option Year One (1) remains

un~hangcd atL(b )( 4 )_j

.
NatSecAct

ODNI

(b)(4)

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251054

(b )( 4)

C06251054

Approved for Release: 2015/07/20 C06251054


UNCLASSIFIED

Page 4 of 11

Contractor Name: CENTRA TECHNuLOGY INC


Contract Nu mber:20061151009-010
Modification Number: 018

(b)(4) .
4)

Certify the Contractor's expended lenl of effort in support of RDI for .0 tion Year Two 2 of the contract

The Contrnctor expended L -----------~-/which did not meet the minimum of __ .


.
Therefore, the
(b)(4)
to
. value of the RDJ portion of Option Year Two (2) of the contract has been reduced from
l(b )( 4 ):=] in accordance with the Fee Reduction Formula in part (f) of 152.216-741 Type of Contract and Consideration
(FFP-LOET) (JUL 2007) .
Price Reduction = FFP (in $) x (Target LOE .... Expended LOE)

Target LOE

----(b-)(-4)--------"

='---1

=I

(b)(4)=1
(b)(4)]

=[(b )( 4 )-~-]
(b)(3) NatSecAct
(b)(4)

ODNI

(b )( 4)
6)
Certify the Contractor's expended level of cfff!!l_ in support of RDI for Option Ycar Three 3 of the
contract. The Contractor expended
which met the minimumo
Therefore, the
value of' the RDI portion of Option Y car Three (3) of the contract remains a (b )( 4)

cr.

7)
As a result of
1.'fying the levelofcffort for the Base thru Option Year Three (3) of the contract, the total contract
value is reduced from __ ~-~-jb)(4) ___~-- Jo $40,758,047 as shown below:

1cmcnt

Base Vr

POP

4 Jun 07-

J Jun 08

ICLIN 2 ROI

Pptlon Yr 1

iOpllon \'r 2

~ption Yr 3

Option Yr4

Total

Jun 08 .

Jun 09-

"Jun lO -

4Jun 11-

4Jun07-

Jun 10

13 Jun 11

3 Jun 12

3 Jun 12

3 Jun 09

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

ODNI

fotal FFP-LOET

8)

'fS40_.758,047

Increase total contract funding from[

..

(b )( 4) ______ ........... to $40,728,047 as shown below. Clause

l 52.232-720 Limitation ofFunds - Fixed Price (JANT004)iri Section.B of the contract is updated accordingly.

p.!N

if ROM:

fro:

jBY;

. J . . - - - - - - - - - - . . . . L . . . . . . - - - - - - - - - ~ - - - - - - - - - --

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

----------1

ODNI

I '40,728,047

'otal

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251054

C06251054

Approved for Release: 2015/07/20 C06251054


UNCLASSIFIED

Page 5 of 11

Contractor Name: CENTRA TECHNuLOGY INC


Contract Number:2006-1151009-010
Modification Number: 018

9)
The value ofCLIN 500 is reduced fro~
LOE Certification and[(b )( 4 ):=Jmoved to CLtN :,01 Jc~
funded on CUN 500 is for bption Year Three .(3) Travel.

(b)(4)
Jfor the Price Reduction due to
(b )( 4) 1anu 1s mnaeatC(b )( 4 )~ The[(b )( 4 )]un-

10) The value ofCLIN 501 is increased from/


(b)(4)
(moved from CUN 500) to[(b)(4f]and is
funded at [(b )( 4 ):=] The(b )( 4 )]unfunded on CLIN 501 is for Option Year Four (4) Travel.
11) Please do not bill against CUN 501 tu1til CLIN 500 is foiiy expensed. The Period of Pcrfonnance for CUN 500 remains shortened in the autom~tic value and funding tables to 5/15/20 I 2. This should provide enough time for the Contractor to fully bill out CUN 500.
All other co11tract terms and conditiom remain in.full.force and ejf'ecr.

Section B Supplies or Services and Prices/Costs

.. , .:':~~fti0ri}'.f;f~{
1

t------+------------['_.

-------r--'

,;...,>~_.-

500

'Ptt;:.;,;: '.'./Gf:(Ji; fM;f};%'.~t:->. Tcti< ;incl::: .ra~. and

'.!..::.,._~":~~-...:....'_ ~,-.

't

'.:.\.-. '! -~.,-- -~- . ______ .._______:____ _

(b )( 4)

SERVICE

Period of Performance: 06/04/2007 05/15/2012


Description: CUN 500 I FP-LOE I Base thru part of OY4

Pricing Options:

PERIOD: Exercised Option

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251054

C06251054

Approved for Release: 2015/07 /20 C06251054


UNCLASSIFIED

Page 6 of 11

Contractor Name: CENTRA TECHNuLOGY INC


Contract Number:2006~1151009-010
Modification Number: 018

Number
''.,,

l'o,ta.i ( 1.nc. ctisc.. 'ta><. an.c:1


;4: . :~ ;

',f.

r~es)
:'. (
. ..
'

501

(b )( 4)

SERVICE

Period of Performance: 02/01/2012 - 06/03/2012


Description: CUN 501 I FP-LOE I Part of OY4
PERIOD: Exercised Option

Pricing Options:

(b )( 4)

____________________________________________________
, a,

,'

_;_~.:

;.

,,

'

.
(b )( 4)

Period Base Totals


Period Exercised Options T_otals
Period Current (Base + Exercised Options) Totals
Period Unexerclsed Options Totals
Period Base and Options Totals
Quantity Base Totals
Quantity Exercised Options Totals
Quantity Current (Base+ Exercised Options) Totals
Quantity Unexerclsed Options Totals
Quantity Base and Options Totals

UNCLASSIFIED

Approved for Release: 2015/07 /20 C06251054

,.

_____

C06251054

Approved for Release: 2015/07/20 C06251054


UNCLASSIFIED

Contractor Name: CENTRA TECHNuLOGY INC


Contract Number:2006-1151009-010
Modification Number. 018
152.2 J 6- 741

Page 7 of 11

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

(a) This is a Firm Fixed Price Lcvt:1-of-Effort Term Contract as identified in FAR 16.207. The total price for full performance hereunder is $40,758,047 and is as follows:

Element.

Base-Yr

POP

I04 Jun 2007


Jun 2008

Option \'r-1

!Option Yr-2

03 04 Jun 2008

03 ~4 Jun 2009
~un 20!0

Jun 2009

03

Pption Yr-3

Option Yr-4

~4 Jun 2010

03 04 Jun 2011
Jun 2012

-~un2011

Total

03 04 Jun 2007

03

Jun 2012

I
K;LJN2

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

KDRG/HDI)

J'olal FFP-LOE

ODNI

s 40,1ss,041

*The value of OY4 is split between CUNs 500 and 501. [(b )( 4 )=1f OY4 is listed under CUN 501. For the purposes of dctem1ining contmct value, LOE, und applying the fee reduction fommla, OY4 will be treated as shown above.
(b) The Contractor shall expend its best effort towards accomplishing the work outlined in the clause entitled "Scope of Task Order".
The Jcvclof-cffort required for total perfonnance under this tusk Order is shown in the table below.

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

ODNI

(c) The estimated composition of the total labor-hours under this Task Order is as follows:

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251054

C06251054

Approved for Release: 2015/07/20 C06251054


UNCLASSIFIED

Page 8 of 11

Contractor Name: CENTRA TECHNuLOGY INC


Contract Number:2006-1151009-010
Modification Number: 018

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

ODNI

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

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

(f) It is further agreed that the Contractor may submit written requests for accclcrntion of the average hourly rate of effort that will
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 performance shall be without increase in contract price and the transaction fom1-

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251054

C06251054

Approved for Release: 2015/07/20 C06251054


UNCLASSIFIED

Page 9 of 11

Contractor Name: CENTRA TECHNuLOGY INC


Contract Number:2006-1151009-010
Modification Number: 018
alizcd by modification to this contract.

(g) The Firm Fixed Price for perfom1ancc 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 pcrfom1 work under the contract until the minimum lcvclof-cffort has been provided (if consistent with appropriations Jaw) or make an equitable downward adjustment in contract price in accordance with the following formula;
Price Reduction =

HP (in $) x (Target LOE - Expended LOE)

Target LOE
"Price Reduction" computed by the above formula is the dollar amount by which the contract price will be reduced. "Ff P" in the
above fonnula 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 firm-fixed-price contract is incrementally funded. The sum of $40,728,047 is presently available for payment and is allotted
to 1his contracl. The parties contemplate that the Government will allot funds to this contract in accordance with the following schcduh.::

~_(b)(3) NatSecAct_ _ _
oo~Nr_ __
( b) (4)

$40, 728,0471

~urrently allotted as shown below:

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

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251054

C06251054

Approved for Release: 2015/07/20 C06251054


UNCLASSIFIED

Page 10 of 11

Contractor Name: CENTRA TECHNuLOGY INC


Contract Number:2006-1151009-010
Modification Number: 018

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

(b) The ConlrnL:lor agrees tu pcrfonn up to the point at which the total amount payable by the Government, including reimbursement
in the event of tcnnination for the Guwmmcnt's convenience, approximates the t1.)tal amount currently allotted to the contract. The
Contractor will not be obligated to continue work on this contrat:t beyond that point. The Government is not obligated to reimburse
the Contractor for costs incurred in excess of the totaJ amount allollcd to this rnnlraL:t by the Government notwithstanding any Ian~
guage to the contrary in clauses elsewhere in this contract including but not limited to "Type of Contract and Consideration" and "Tcr
mi nation 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 pcrfonned prior to rcnnination, profit on work done by {he Contractor
for the tcnninatcd portion, and estimated tcm1ination settlement costs.
I

(c) Notwithstanding the dates specified in the allotment schedule in paragraph (a) of this clause, the Contractor will notify the Con
tracting Of!ii.;cr in writing at least 90 days before the <late when, in the Contractor's best judgment! the total amount payable by the
Government (including any cost for tcm1ination for convenience)) will approximate 85 percent of the total amount allotted to the contract. The notification will state (1) the estimated dutc when the Contractor will reach the 85 percent point and (2) an estimate or additional funding, if any, needed to continue performance of the contract up to the next scheduled date for allotment of funds identified in
paragrnph (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 pcrfonnance 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 panics. Ir the Government docs not allot additional funds by the date identified in the Contractor's notification, or by ,m agreed
substitute dati.! after such notification, the Contracting Officer will terminate any effort, for which additional funds have not been allottt:d, pursuant tu the dau:-e of this cuntracL entitled "Termination for Cnnvcnicnce of the Government".
(d) Whcn the Government allots additional funds for continued perfonnance of the contract, the parties will agree to the period of

contract pcrfonnance that will be covered by the funds. The provisions of paragraphs (b) through (d} of this clause will apply in like
munner lo the <1d<litional allotted funds and agreed substitute date, and the Contracting Officer will modify the contrnct accordingly.

(c) If, solely by reason of failure of the Government to allot additional funds by the dates indicated ahovc in amounts sufficient for
timely pcrfonmmcc of the contract, the Contractor incurs additional costs or is delayed in the performance of the work under 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".
({) Th~ Govcrnirn;nl may ul any time before tcn11inatio~1 allot additional fw1ds for pcrfom1ing the contract.

(g) The tcnnination provisions of this clause do not limit the rights of the Government under the clause entitled "Default". The provisions of this clause ..ire limited to the work and allotment of funds for the contract as set forth in paragraph (a) oflhis 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 (c) of this clause.

(h) Nothing in this clause affects the right of the Government to tcnninatc this contract pursuant to the dausc of this contract entitled
"Termination for Convenience of the Government".

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251054

C06251054

Approved for Release: 2015/07/20 C06251054


UNCLASSIFIED

Page 11 of 11

Contractor Name: CENTRA TECHNv1,..0GY INC


Contract Number:2006-1151009-010
Modification Number: 018

Section F - Deliveries or Performance


PERIOD OF PERFORMANCE
ITEM
500

START
06/04/2007

END
05115/2012

501

02101/2012

06/03/2012

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251054

C06251053
.

Oi,122120 .14 23 : 31 FAX

1Li1"

3.2011

r,.

c=\Appro~ed for Release: 2015/07/20 C06251053

2:02PM

t. ~IMODIFICATIO~ NO.

::r.=

6,~m;,i,y

(b)(3 )_oi;ss
I

WGfiln on. DC 205DS

t'~ID~

rAGE1 OF 10

I'

4, REQl.fl3fflON/f'URI:;~ A!Q. NC.

5.~c:iATe

06/0U2011
7, A I J ~ ~ B'I' litllllletlllllll llrlll8)

CQOf:

ODNI 50 USC
3024 (rn) ( 1)

(b )(3)

OF W H ~ (No.. lllr'illt, CICll.fflftY, ct:11 ll'ICIZlP CIXlu)

B. NAAIE ANQ

P.2

t'-0.944

AMl.:NDMcNT OF SOUCITATIOMMXUFlCATlON OF COtfflilACT

01f8

IS!)UUUl/UUU2

MO,JB::1' No. ~fappl!Dllc)

CODE
I

OQ

CENTRA TECHNOLOGY INC


25 BURLINGTON MALL ROAD SUITE 800
BURLINGTON, MA 01803

81\.Aa.eiOMi;HT OF ~ATION NO.

,_

11>.
~NQ.

1DA. l&CDtFICA - -

2006o1151Ol)9-010
.100. Dlt'TEP -

OS/0412007

SA 11)

I FACll.JT'Y COPS

OOQ&

o'l"M

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF soucrrATIONS


numbered B a ~ la smatldad as set fcft'n In ifi:lm 14, The ho&lr am date ISPBl=llia1 fer raeeiptof otrcr.;

!a~

0 ls not~.

OfiGm rnuu adcncwledp meclpt d lh:ls~t prior 11!1 UIQ f!Ot,1r~ - ~ In t h e ~ ar an 11marmc. l:r/ cne of thefDlloM!g
{a) By
QM1Plet1ns Rema s snci 1Si 81'\d
,
eoplalil of Iha a ~ ni> By a a ~ racelcrflhla ~ n i o n eeoh Ot1py cf the afet'
~ : er {c) ay
letter er 1etogmm wl'I~ iicwcsos a reference tD 1ne BO!lcftatlOrl and amendment nwnberB. FAI~ OF YOUR ACKNO\.Et'.IGMENTTO as
R5C1iMi.D AT Tki pt,ACE DBSJGNATEO rOA THE fmCEl?T OF OFFERS PRIOR TO iHS HCXJ'R AND DATE SPECIFIED MAY RESULT IN RE.li:CT10N OF YCUR
OF~. ff by virtue of tt\l& amanarnerrt)IOl.lr dc;tre t o ~ im offer alrlnilti &Ubfflitfed, swb
may oo msde l1t
or i.r,
teieGre:n or tew
~ reference tD the ootlelblllan and !hla al'fl&lldrnant. aid Is l'eee\llled prior ID the ~ g hw and dam speol!!ed.

13. fkls friM ONLY APPUES TO MODIFICATION 6F eoNMcf}oRPERS.

rr MODIFIES THE CONTRACT/ORDER NO. AS OESCRIBEC IN ITeM 14.

0. THIS S\JPPLEME,fT'Al..AOREeMSNT IS ENT~EP IJlfTC---~~ 10 /,J,J'THOR11YOF:

Mutual Agreement Of The Patties

14.~6,MOD!F1CAnOMf~tiyUCPeec&infia&ci1;,i&ii&\iia.s~aiiijedlll!l!leri&uGii{ijj

See Page4.

1EiA.. ltAMEANOTm.E F QONTRACTING

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

Fl

~orprlrrt}

ODNI

3024(m)(l)

'Yl8lPiRW'IWuri..iUl(:..,4"""'ta:,Wltl\tidtl

[t~CA~81GN~
- ~

STANDARD fgRM 3D (REN.


10.n}

Approved for Release: 2015/07/20 C06251053

50

..

use

C06251053

Approved for Release: 2015/07/20 C06251053


UNCLASSIFIED

, 1. CONTRACTID ~ODE

AMENDMENT OF SOLICITATiON/MODIFICATION OF CONTRACT


3. EFFECTIVE DATE

2. AMENDM!;NTIMODIFICATION NO.

016

4. REQUISITION/PURCHASE REQ. NO.

7. AUMINISTERED BY (If olher than Item 6)

CODE

(b )(3)

DESS Contracts
I

, 5. ~OJECT NO. (If applicable)

06/04/2011

6. ISSUED HY

(b)(3)

(PAGE 1' OF 10

ODNI 50 USC J024(m)(l)

I .

. CODE.

Washington, -DC 20505

e. NAM[; Ai,,jD I\DDRE.'SS OF CONl RAC TOR (No. r,treet. coun1ry, stole i,nd ZIP Code)

9A. AMENOMENTQr= SOllCITAflON NO.

(X)

CENTRA TECHNOLOGY INC


25 BURLINGTON MALL ROAD SUITE 800
BURLINGTON, MA 01803

96. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

2006-1151009-010

i06. DATED (SEE ITEM 11)

06/04/2007

I FACILlfV COUE

CODE

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

is extended,

is not e)(tended,

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 method:s: (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 f:'l reference to the solicitation and amendment numoors. 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 amerl(.iment your desire to change an offer already submitt~d, 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 ANO APPROPHIATION DATA (If required)

13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIB.ED IN.ITEM 14.


CHECK ONE

------i

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO; (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN Tl IE CONTRACT
ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office,
appropriation date. etc.) SET FQRTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

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

Mutual Agreement Of The Parties


D. OTHER (Specify type of modification and authority)

E. IM?ORTANT; Conlreclor

is no~

1ij

roquirud to sign this document and return Cllpies to the Issuing office.

14. DESCRIPTION OF AMi:NOM=:NT/MODIFICATION (Organized by UCF section heeding:,, Including &01i::i1Bilon/contract aubject m11tterwhcre feasible.)

See Page-3.

E~cept as provided herein. all terms and condifons of the document referunced in Item 9A or 1OA. as heretofore changed, remains unchangf!d and In full forre and effect.
,1.6.A..NAME AND TITI t: OF

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

.~

.. ~._ ni:-1C1ri:c

...

OONI 50 USC 3 024

15C. DATE SIGNED

158. CONTRACTOR/OFFEROR

(Signature of person authorized to sign)

(Type or print)

(b)(3)
(b )(6)
I

(S1gnalure of Con!rachng Ofhcer)

16C. DATE SIGNED

5~,~LI

STANDARD FORM 30 (REV.

NSN 7540-011528070

Pro'liOllS edition unus;ible

10-83)
UNCLASSIFIED

Approved for Release: 2015/07/20 C06251053

(m) (

C06251053

Approved for Release: 2015/07/20 C06251053


UNCLASSIFIED

Table of Contents

Description

Page Number

Solicitation/Contract Fonn .......................... ,................................................................................................... ..


152.204-721 Use of Facsimile Signatures (JUN 2002) .... ,..................: ..................................................... 3
A I. Purpose of Modification ..................................................................................................................... 3
Supplies or Services ;.Jnd Prices/Costs ............................................................................................................ 3
152.216-74 l Type of Contract and Consideration (FFP-LOET) (JUL 2007) ........................................... 5
152,232-720 Limitation ofFunds - Fixed-Price Contract (JAN 2004) ..................................................... X
152.240-000 Priced Options .................................................................................................................... IO
Deliveries or Pcrfonnancc .......................................... ,................................................................................. IO
152.211-705 PcrfodofPcrfonmmcc(AUG 1996) ...... '. ...................... ;.................................................... IO

\
UNCLASSIFIED

Approved for Release: 2015/07/20 C06251053

C06251053

Approved for Release: 2015/07/20 C06251053


UNCLASSIFIED

Page 3 of 10

Contractor Name: CENTRA TECHNOLOGY INC


Contract Numbar:2006-1151009--010
Modification Number: 016

Section A Solicitation/Contract Form


152.204-72 l Use of Facsimile Signatures (JUN 2002)
This Contract document may be executed in counterparts, each of which shall be deemed an original, ull of which together shall con
stitutc one and the same instrument. facsimile signatures will be regarded as authentic by all parties.

A 1. Purpose of Modification

(b )(3) NatSecAct

The purpose of Modification Sixteen is to If

ODN I

j 2 )Add additional hours for the bircctor's Group For Rendition, Detention, & Intcrroga- _
tjon (DRG-RDI) program()fftc2._cfforts IAW the Option For Increased Quantity-Direct Hours clause; and J)[(b )(3) NatSecAct~ ODNI
[ (b )(3) NatSecAct
Accordingly, the following changes arc accomplished under the task order:
J

(b)(3) NatSecAct _ _ ODNI

I) Scction-B (a) (Type Contract & Consideration),


(b )( 4)
Increased Quantity-Direct Hours clause, add additiomiLc9JiUooeriod fouLinJh~amountof I (b )( 4)
ODNI
Incrcasccumulativcvalucfromf
(b)(4)
jto[(b)(4)_J

Pursuant to the Option For

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

(b )( 4)
~ - - - - - - - - ( b ) ( 3 ) NatSecAct_ _ _ _ _ _ _ _ _ _ _ _ _ ___,
4
3) Scction-B(Limitation ofFunds)C(b )( )
ODNI /DRG-RDI funds[(b )( 4 )]for period four. Increase cumu'(h)..(. )
3
~(b)(4)
/o[(b)(4)_Jf
.
~l_ _ _ _ _ _ _~Additionnl funding 111 me amouiiiotl(b )( 4 )~is required to fully fund DRG-RDI efforts for pcricNatSecAct
four.
.
(b )( 40DNI
4) Scction-B (Priced Options), update to reflect no options remaining.
5) Scction-F (Performance Period), revise the period of pcrfonnancc (04 June 2007 to 03 June 2010) to read
04 June 2007 Through 03 June. 2012.
6) All other tcm,s and conditions remain unchanged.

Section B - Supplies or Services and Prices/Costs

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251053

C06251053

Approved for Release: 2015/07/20 C06251053


UNCLASSIFIED

Page 4 of 10

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:2006-1151009-010
Modification Number: 016
l.;.

juqpll~{ci~.s~'.~i;e~
'
.

:->Number
.. -~. .

.;1

ti .

..
500

:
:-,:.,

. :: Ouantity.,:_. .
.

'.:: Urfit'.
:
.,

,;

<. >,. ;._. Unirpdce,::-,;>

. . . : ,, :::::;. .

,,.,;

''- ~i:.

t . : : \ ; : / ~ ~ )

(b )( 4)

SERVICE

Period of Performance: 06/04/2007 - 06103/2012


Description: Consolidated Line/FP-LOE/ Exercise OY4 & lncrs Qty. Add ,Travel.

Pricing Options:

PERIOD: Exercised Option

Additional Funding:

(b )( 4)

UN~LA551FIED

Approved for Release: 2015/07/20 C06251053

.i

C06251053

Approved for Release: 2015/07/20 C06251053


UNCLASSIFIED

Page 5 of 10

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number: 2006-1151009-01 O
Modification Number: 016

. .;., y~ft P~%,;'./.:';/. t~tal.(.lnc. disc.. tax; and

Number,

. ._ . .iJ~t:

(b )( 4)

~}~' ., .'', .,: .'' \,\i z:'

;'.' '.'

c '.

. Cost

;"';\r,.''

(b )( 4)

Period Base Totals:


Period Exercised Options Totals:
Peiiod Current (Base.,. Exercised OptionsjTotals:
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:

152.216-74 l Type of Contract and Consideration (FFP-LOET) (JUL 2007)


(u) This is a Firm Fixed Price Level-of-Effort Term Contract as identified in FAR 16.207. The total price for full performance hereunder is $41,989,521and i~ as foilows:

Element

Base-Yr

Option Vr-1

)pfiori \' r-2

plion Yr-3

.lption Yr...t

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251053

rota I

C06251053

Approved for Release: 2015/07/20 C06251053


UNCLASSIFIED

Page 6 of 10

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:2006-1151009-010
Modification Number: 016
04 ,lun 2007

03

Jun 2009

03

un 2008

04Jun 20IO

0.3 04 Jun ZOI I

2011

un 2012

Ull

:LINZ
DRG/ROI}

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

OJ 4 Jun 2007

OJ

un 2012
-

ODNI

---

otal FFP-Lm:

S 4 J ,9R9,52 I

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

(c) Tb~ estimated composition of the total labor-hours under this Task Order i{!2_)J4)]and is

as follows:

UNCLASSIAED

Approved for Release: 2015/07/20 C06251053

ODNI

C06251053

Approved for Release: 2015/07 /20 C06251053


UNCLASSIFIED

Page 7 of 10

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:2006-1151009-010
Modification Number: 016

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

ODNI

UNCLASSIFIED

Approved for Release: 2015/07 /20 C06251053

C06251053

Approved for Release: 2015/07/20 C06251053


UNCLASSIFIED

Page 8 of .10

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:20061151009010
Modification Number: 016

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

(d) The Contractor shall continually evaluate the total level-of-effort required and recommend to the Government changes thereto
which arc considered beneficial in attaining the overall objectives of this contract. Tn controlling the utilization of labor hours, the
Contractor shall promptly notify the Contracting Officer, in writing, when there is an indication that premature exhaustion of the total
labor hours is predicted.
(c) 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 controlled to avoid an exhaustion of the total labor hours of effort before the expiration of the term of the
contruct.

is further agreed thnt the Contractor may submit written requests for acceleration of the average hourly rate of effort that will
result in the utilization of the total labor hours set forth above prior lo the expiration date of this contract. If the contractor's request is
approved by the Contracting Officer, the accelerated pcrfonnancc shall be without increase in contract price and the transaction fom1aliicd by modification to this contract.

( t) It

(g) The Firm Fixed Price for pcrfom1ancc under this contract is predicated upon the Contractor furnishing al lcust the minimum but
up to and including the maximum lcvcl-of-cffort specified. In the event the minimum level-of-effort is not provided as specified, the
Contracting Officer shall either rcquin: the Contractor !O continue to pcrfonn work under the contract until the minimum lcvclof-cffurt has been provided (if consistent with appropriations law) or make an equitable downward adjusu11cnt in con.tract price in accordance with the following fonnula:
Price Reduction =

FFP (in$) x (Target LOE - Expended LOE)

----------..--------Target LOE

"Price Reduction" computed by the above fonnul,1 is the dollar amount by which the contract price will be reduced. "FFP" in the
above formula means the fixed price specified in the contruct. "LOE" in the ab<)VC fonnula means "lcvcl-of-cITort".

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

(a) This fim1-fixcd-pricc contract is incrementally funded. The sum of $37,418,674 is presently availahlc for payment and is allotted
to this contract. The parties contemplate that the Government will allot funds to this contract Through 31 December 201 l in accordance with the following schedule:

(b )(3) NaiSecAct
(b )( 4)

UNt;LA:S:SIFIED

Approved for Release: 2015/07/20 C06251053

ODNI

C06251053

Approved for Release: 2015/07/20 C06251053


/

UNCLASSIFIED

Page 9 of 10

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:2006-1151009-010
Modification Number: 016
Option Yr-I
Option Yr-2
Option Yr-3
Option Yr-4/Ml6
rota I;

(b )(3) NatSecAct
(b )( 4)
CLIN2 (DRG-RDI) -1
1cmcnl
Base-Yr
Option YrI

ODNI

!Option Y r-2
[Option YrJ
!Option \'r-4/M J 6

rota):

fOTAL FUNDS

t:lcmcnt
Bas~-Yr
Option Yr-I
,')ption Yr-2
)ption Yr-J

)ption Yr-4fM 16

rrotal:

'js37,418,674

(b) The Contractor agrees to pcrfom1 up to the point at which the total amount_ payuble by the Government~ including reimbursement
in the event of tcnnination for the Government's convenience, approximates.the total amount currently allotted to the contract. The
Contractor wi 11 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 language to the contrary in clauses elsewhere in this contract including but not limited to "Type of Contract 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 lo termination, profit on work dune by the Contractor
for the terminated portion. und estimated tcn11inution sculcmcnt costs.
(c) Notwithstanding the dales 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 tcnnination for convenience), will approximate 85 percent of the totul amount allotted to the contract. The notification will state ( 1) the estimated date when the Contractor will reach the 85 percent point and (2) an estimate of additional funding, if any, needed to continue performance of the contract up to the next scheduled date for allotment of funds identified in
. parngruph (a) of this clause, or to a mutually agreed upon substirutc 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 contract cffort funded pursuant to this
clause, for a :mbscquent period as may be specified in the allotment schedule in paragraph (a) of this clause or otherwise agreed to by
the purties. If the Government docs not allot additionul funds by the date identified in the Contractor's noti ficution, or by an agreed
substitute date after such notification, the Contracting Officer will terminate any effort. for which additional funds have not been allotted, pursuant to the clause of this contract entitled "Tcm1ination for Convenience of the Government".

(d) When the Government allots additional funds for continued pcrfonnancc of the contract, the parties will agree to the period of
contract pcrfonnancc that will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like
mamJcr to the additional allotted funds and agreed substitute date, and the Contracting Ofliccr will modi1y the contract accordingly.

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251053

C06251053

Approved for Release: 2015/07/20 C06251053


UNCLASSIFIED

Contractor Name: CENTRA TECHNOLOGY INC


Contract Number:2006-1151009.010
Modification Number: 016

Page 10 of 10

(c) If, solely by reason of failure of the Govcmmcntto allot additional funds by the dates indicated above in amounts sufficient for

timely pcrformarn;c of the contract, the Contractor incurs additional costs or is delayed in the performance of the work under th is con
tract and if additional funds arc allotll.:d. an c4uitablc adjustment will be made in the price (including appropriate target, billing, and
ceiling price where appli<.:ablc) of the contract, or in the time of delivery, or both. Failuru 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".
I

(t) The Government may nt any time before tcm1ination allot additional funds for pcrfonning the contract.
(g) Tile n.:nnination provisions of this dausc <lo not limit the rights of the Government under the clause entitled "Default". The provi

sions of this clause arc limited to the work and allotment of funds for the contract. as set forth in paragrnph (a) of this clause. This
clause no longer applies once the Government fully funds the contract, except with regard to the. rights or obligatious of the parties
concerning cquitnblc adjustments negotiated under paragraphs (d) and (e) of this clause.
(h) Nothing in this clause affects the right of the Government to tcm1inatc this contract pursuant to the clause of this contract entitled
"Termination for Convenience of the Government".

. 152.240000 Priced Options

The following options sluill be available to the Government on an unilateral basis in accordance with the tcm1s of FAR
52.217-9:
w'ln'<w

There Are No Options Remaining Under This Task 01dcr. ** ... *

Section F - Deliveries or Performance


PERIOD OF PERFORMANCE

ITEM
500

START

ENO

06!04!2007

06/03/2012

152.211-705 Period of Performance (AUG 1996)


The period ofpcrfom1ancc of this contract shall be from 04 June 2007 Through 03 June 2012.

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251053

C06251041

~-

09/21/2009

0_1: 19

SEP.21.2009

~Approved for Release: 2015/07/20 C06251041

L__

, "

1..,c.1't I rH

PAGE

c.,..,nr'1u1..u1.::n

02

P.2

H0.562

11=24AM

t ~1'MIWTIMOCllOCl.'t'CQN NO.

Modificattan No. Ei t I
C:001

------

ODNI 50 use
3024(m)(l)

sos

lirn:1, _.,,,,,, 1t11i 11111i 2JP: CatkJ

8. l'lAMS AM:> IJ')l>B!ISB 0 1 ' ~

Centra TedmoloSY Xnc.

2S B131'tina1on Mall Road, Suite 500


Burlington, MA 01803
(b )(G)
JJDNI

III/I.. M00111lC.A.t'tOJlDP~ Ntl

~lr.!1009010
Jll'B, 1'..mlD fSIIBrrI/111 /J)

C'ODl1

1161,

'

ti~CQ'Ci

04Jane2007

0001

11. THIS 1TBM ONLY APPLIBS T O ~ OP SOLICITAT! S .

O Th.. PCIC)YQ numbsra:J KO&:iQitloa l e ~ :is set for.b Ir. llml 14. Th; hoar Md dna: apc11lnc:d tar a.e:tpt m'Ol.11:1:,:
Offilr,i ffl!Ut acla!Oll,l~sa re~,r at~ ~prior v:, a 'baut" .ud
(~) oompl.etulS
Bimd l!, and Nmmllnl!' om (I) eilpy lte
1eaer ~c~m llict Iuck:1 a ~ e to Ole -.otidllllcol ard

C] b ~ .

CJ

i,ot e111B.'!dsd.

ar u ~ . )y =e of OYi MowinaneWs:.
Cb) 9)' Pkilow1cddll.l
ot lhif. ~ n t on aop, or its Clffllf nibmlltl!di at (e) By ~ua11!
ttumbcn. PA!LukB OP 'i'OUil
TO B! nemvm, AT 'ftm H.AC1
J:)J3SIGNATBO POl TJG
Qt!
HUOR 'l"O nm ROUR AND DATA SPCFmt> MAY mt.U IN
OP YOW. 01iPB3. lf ay o:t lhl!!
lll'TION!rna111 yeu daffl tti ew,se mi c~ AW~ Sll~llld. 111,:t, ~111= fflll)' be ffll!do by ll:llol!'ffl ll!'Tl!tft!f,
eSIBh ~ e t '-'t a,a!,$ re!emlee a:,
eoleimcioa and Olie
p:dikld mthG

=-'

mw

ii':W4ii~,ispipmmrmxl dam.n,:c:lffcd,
1!.

iddANI>

'DA.TA.~,.,,.-lffd)

]nO"QR C~t Vetus And

(-") >..

Flmdina !l;

!133,017

13, '1'HlS lTBM APPLliS ONLY TO MODIPICATIONS OF CONTRACWOP.DDS,


IT MODIRBS 'I1m CONTRACT/ORDBR. NO. AS DESCRIBED lN rmM 14.

1),

'!'M1:S OWIOD mu,a,&l 1'S WtJaD !'t,'Mt.Wft'

,a: t"1tcr/J

1t1tlilollt1J '1'Hl! C'RI\NClU fl!"r 1'aJfflf .llol mr,t 14 .o\ll!!I ~n.t'J'O

oni:,u. MQ.

:W lT8M IOA.

cmmSpl:14'1)1110UlllldltlaUo1lltll\ltllll1'4yJ
lU. 'DI LI~ 11\"- t'k\ ~, Rn1 f\Af,fMI ~ -

4,

E. IMPORTANT: Coutmctot' Is nol required to aign this document and rctwn a telpy to the issufng office.

t6A, N'AMl!l ANl>'fflUCIP~OPR'lCD. n')pt't,,p1'1u)

!JA. NAMB AND mu; O'F fflNa f7)M i,, p,fl!'f)


--

---------

(b )(6)
I

(b )(6)

[(b)(3)

~lluL
1!:C. DA.ff n:M!'D
ODNI

q/2,/oi

ODNI 50 USC 3024(m)(

J~fCJ--

3(1,,llJS

1C '.DA.TE SICJN'6tl

(8 'p ~q

STANDARD 1I01lM 30 (REV. 1OR.S)

Approved for Release: 2015/07/20 C06251041

C06251041

Approved for Release: 2015/07/20 C06251041


UNCLASSil'IED
11. co~~<:T m CODE

AMENDMENT OF SOLICITATlON/MODI.FICATION O'FCONTRACT


2. /\Ml:Nl>MENT/:v!ODll'IC,\TION NO.

j'

Modification No. Eight (8)


(I,

ISSI )El) IIY

;;i~:;~:~~er

4. REQUISITION/l'URCHJ\.'il! REQ. NO.

2009

b)(3)
1

omn

(b)(3)

I
50 lJ!3C 30?4 (m)

ll'AGE

<JI'

1'1\liES

l'ROJl!CTl'W. (f/applim/Jlt'}.

7. /\DMINISTI,REO BY (If mnn ih11n lt,m 6)

crll)f:J

! Contracf(

100109770212

1'.0l>Ej

l)

Washington, DC 20505
Ii. NAME /\NI> ADDRl~'iS OF CONTRACTOR (Nu. S1rur, mun1.1, Sum' Wld lJP:

(v'J

{'ll(frj

Ccntra Technology Inc.


25 Burlington Mall Road, Suite 500
Burlington, MA 01803

=(b)(6)
CODE:

9A. /\MF.NPMENT 01' SOI.IC..TIATION NO.

I----

'Ill. DATED (SEE ITEM II)

JOA. MODl)'JCATION 01' CONTRACT/OIWER NO.

ODNI

11617

2006*1151009-010
JOB. DAlH) (SF.E ITEM IJ)

04 .June 2007

lrw:n.rrYcoDE 0-001

11. THIS 11cM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

O The ahovc 11un1llcrcd solicitation is arren<lcd as set forth in Item 14. The hour and date specified for rcccipr of Offers
Offers must acknowledie receipt of this a~ndmcnt prior

O is extended,
to the hour an<l date specified in the solicitation
or as amended, by one of the following methods:
.
.

O is not extended.

(n) By completing Items 8 arKl 15. and returning one (I) copy of the amendment: (b) By acknowledging receipt of this amendment on each copy of r.hc offer submit11."d: or (cl By separate

letter or telegram wf}ich includes a reference to the solicitation and arnmdn~nt numhers. f-AILURE Of YOUR ACKNOWU:DGMENT TO RE RECEIVED J\T THE PLACE
DESlGNATEO J'OR THE RECEIPT OF Of-H:RS PRIOR TO THE HOUR AND DATA SPECJFIEn MAY RESULT IN RE.11::Cl'ION OF YOUR OffER If hy virtue of !his
amendment you desire to chu11ge an offer already submitted. such change may be made by telegram or letter. provided e:ich tckgram or letter make~ reference to thc solicil:uion and this
:m~ndmcnt. und is received prior to lhc opening hour und data specified.
12. ,\CCOUNTINCi ANll Al'l'l{(lf'RIJ\TION DATA (1/ri'qi,im/J

Increase Contract Value And Funding Hy: $123,017


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

/1.

THIS C:HANCiE OKJJER IS ISSUED PURSUANT TO: /Specify m11J,ari1y} THE CJIANCiES SET FORTI f.lN fl'EM 14 Alili MADE IN TflE COI\.TK/\CT O!il>EH NO. IN J'niM tllA,

ll.

THE ABOVE NlJMlll:REI> CO~TJU(.T/ORDER IS MOl>JFIED TO IU:HH..T TIIE AIJMINISTRATIVE CIIJ\N(iES (.11<,h <LJ d1an1rs in l"'.\'in,: offiu. Uf>f'rt'flriariou da1t. rr.-.1 Sf IT !'ORTH IN
ITEM ll. l'URSUANTTOTiiE AlmiORiTY OF i'J\R 4j.i03(bi. & i5'.!.216-727 & 152.216-7211

t'.

TIIIS Slll'l'l.l:MfiNTAL ACilWEMENT IS HNTEREll INTO l'URSUA.\l'f TO AUl'HOJUTY OF:

Il.

OTHER Specify typ;, or modiHc;rion nnd nuth<lrityl

FAR 41.103 (h)

(J)

fi.3 Ontion For lricri>~~rl Onantitv-Direct Hours

E. IMPORTANT: Contractor is not required to sign this document and return a copy to the issuing office.
14. DF.SCKIPTJON 01' AMENl.)MEKl'/MOl>ll'lCA'nON (Or,:ani:ed /,:; /JCF ,ftction huuiing.r, inc/udinp .w/ici111timi/.,ontrt1c1 .wh)rct mtmrr ..1,_,,, frmil,/r, I

See Page Two.

IM. NAMF. AND TITl.E OF CONTRACTING OFFICER (T_171r 11r print)

I;'iA. NAM!:: AND TrTLE OF SIONl'\R (Type or prim)

[(b)(3)-l

___ ......

OONI 50 USC 3024(m) (1)


16<.:. OATI: SIONED

l!iC. DATE SIGNF.D

150. <.'ONTRACTORJOFFF.ROR

______ ____________
,

(SiXll<JIUrt' 11/pn.11111 (JU[lwrbd Ill Sil(ll}

NSN 75,W,01-152-8070
PREVIOllS EDll.'ION UNUSABLE

30,.105

Computer Generated

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251041

STANDARD FORM 30 (REV. 10-83)


Presc1ihed bv GSA

FAR (4g CFR) s:nu

C06251041

Approved for Release: 2015/07/20 C06251041


UNCLASSfFIED

Contractor: Centra Technology Inc


Contract Number:" 2006*1151009*010
Modification Number: Eight (8)
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 ~II parties.
A. The purr,ose of Modification Number Ei ht 8 is to exercise the O tion For Increased
ooNT

(b)(3) NatS~cAct -~- _


ITheaddedeffortwillbeinsupportoftheDirector's
Review Group For Redation Detention Interrogation (DRG-RDI) program office who require to use this task
order for its program efforts; The overnll performance period.remains unchanged at 04 June 2007 to
03 June 2010. Accordingly, the followi11g changes are accomplished under the task order:
J. Section B-J _(a)ffype Task Order & ConsidcrationJnycase the task order
vafoe fron{
(b )( 4)
jto[(b )( 4)
2. Section B-1 (b) (c). increase the task order cumulative target LOE from

(b)(4)lbyj
LOE(b)(4)

b 4
and cumulative

Reflectthecumulativeminir:num
maximum LOE[(b)(4)]

3. Under Section B-5 (Limitation of Fun~ increase the funded amount from
~(bll )
~oC(b)(4)_J Additional funding in the amount
of[(5)( 4
required to fully fund the task order.
.

LJis

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

Remove Page
3
9

3
9

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

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251041

C06251041

Approved for Release: 2015/07/20 C06251041

UNCLASSiFIED

CENTRA Technology
Contract No: 2006*U51009*010
Page3 of 15

SECTION B SUPPLIES OR SERVICES AND PRICitS/COSTS

B-l.

152.216-741 Type of Task Order and Considcration.(}'FP-LOET) (NOV 2005)

(a) This is a Firm Fixed Price Level-of-Effort Tc.rm Task Order as identified in FAR 16.207. The total price
for full performance hereunder is $13,402,085 and is as shown:
Element
Pcrformancc P~riod
Total FFP-LOE:

Hase-Yr

Option Yr-1

()ption Yr2

OY2/Mod8

Total

04Jun 2007
03Jun 2008

()4Jun 2008
03Jun 2009

04Jun.2009
03JWJ 2010

22 Sep 2009

04 Jun 2007
03 Jun 2010
13,402,085

03 Jun2010

(b)(4)

(b) The Contractor shaU expend its best effort towards accomplishing the work outlined in the clause entitled
"SLofTask Order". The level.of-effoLuired fo~~rfonnruiceunderthi.s task Order is a minimum
of
(b)(4)
nda maxirrium of
(b)(4)
ith a +/-3% variance is shown in the table
below.

(b )( 4)

(b )( 4)
(c) The estimated composition or' the total labor-hours under this Task Order is

ODNI

CJ and is as follows:

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

(d) The Contractor shall continually evaluate the total level-of-effort required and recommend to the
Government changes thereto which are considered beneficia1 in attaining the ovcran objectives of this Task
Order. In controlling the utilization of labor-hours, the Contractor shall promptly notify the Contracting
Officer, in writing, when there is an indication that premature exhaustion of the total labor.;hours is predicted.

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251041

C06251041

Approved for Release: 2015/07/20 C06251041

UNCLASSIFIED

CENTRA Technology
Contract No: 2006*1151009*010
Page 9 of 15
8.5

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 $11,641,204 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 2009 in accordance with the following table:

Element
Base-Yr
Option Yr-1
Option Yr-2
Option Yr-2/Mod-8
Total:

Previously
Funded
Amount

Funds Per
This Action
(Mod-8)

Total
Fonded
Amount

(b )( 4)

(b )( 4)

Contract
Value

Difference
(.)

(b )( 4)

$ 11;641,204

(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 riot 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 tenninated 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 cosJ 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 point and (2) an estimate of additional 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 clause, or to a mutually agreed upon
subsiitute date. The notification wili aiso 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 othelWise 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 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 1he 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 1'Termination for Convenience of the Government".

UNCLASSIFIED

Approved for Release: 2015/07/20 90625104~1_ _ _ _ _ _ _ _ _ _ _ __

C06251041

Approved for Release: 2015/07/20 C06251041


UN< :J ,ASSl 1:11 :D

FACSIMILE TRANSMITTAL SHEET


TO:~----

(b )(6)

l'R

ODNI

(b )(3)
ODNI 50 USC 3024 (m) ( l)

C:01\11'1\NY:

21 Sep 2009

CENTRA
F,\X NUMIIEll:

r-(b)(6)
ODNI 50 USC 3024 (m) ( l)

Pl l<'lNI: NUMBER:

(b)(6)
TOT:\L NO. OF 1'/\<ll 1.S INC:l.UDIN(; C:OVEit:

HI!:

2006*1151009*010/Mod 8

UR(if<:N'l'

FOR REVIEW

PLE,\SJ; C:OMiVIJ\NT

PLEASE Rl'.:PLY

PLEASE RECYCLE

NOTl!S/C( )M/1.fENT~:

Attached Modification-8 (Exercise Increased Qty-Direct Hours) forwarded for your records.
Also, included for your reference, the DRG/RDI Program Office's CDCG & SOW. The SOW will be

senl via Secure Fax..


Sincerely,

(b)(3)]

ODNI 50

use 3024 (ml ( 1)

Enclosure:

Modification -8 (4 Pages)
CDCG- DRG/RDI (1 Page)

UNCIASSll1ED

Approved for Release: 2015/07/20 C06251041

C06251102

i;

Al,oved for Release: 2015/07/20 C06251102


UNCLASSIFIED

, 1. CONTRACT lD CODE

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT


2. AMENOMENT/MODlFICATION NO.

3. EFFECTIVE DATE

001

!PAGE 1 OF 8

15. PROJECT NO. (II applit.eble)

<I. REQUISITION/PURCHASE REC. NO.

09/04/2012

6. ISSUED BY

(b)(3)

CODE

LONIRACTS STAFF

ODNI

7. ADMINISTERED BY (If other lh(n~e)(;) ==JOOE

50 USC 3024(rn)(l)

Washington, DC 20505

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

CENTRA TECHNOLOGY INC


25 BURLINGTON MALL ROAD SUITE 800
BURLINGTON, .MA 01803

(X)

9A: AMENDMENT OF SOLICITATION NO.

96. DATED (SEE ITEM 11)

10A. MODIF1CATION OF'CONTRACT/ORDER NO.

108. DATED (SEE ITEM 11)

06/04/2012

I FACILITY CODE

CODE

2006-1151009-023

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATI_ONS


OThe above numbered solicitation is amended as set forth in item 14. The hour and ,date specified for receipt of Offers

ls extended,

is not extended,

Offers ~ust acknowledge receipt of this amendment-prior to the hour and date specified in the solicitation cir as amended. by one of the following me1hods: (a) By
completing items 8 and 15. and returning
copies of the amendment; (b) By acknowledging receipt of this amendment on ea_ch copy of the offer
submitted; or (c) By separate feller or telegram which includes a reference to.the solicitation and amendment numbe_rs. F.AILURE OF YOUR A_CKNOWLEDGMENT TO BE
RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO Tt:,E HOUR AND DA TE SPECIFIED MAY RESULT IN REJECTION OF YOUR
OFFER. If by virtue of this amendment your desire to change an offer already submitted, su_ch change may be made by telegram or le11er, provided each telegram or letter
makes reference 16 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.
Cl:iECK ONE

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority} THE CHANGES SET FORTH lN ITEM 14 ARE MADE IN THE CONTRACT

------1 ORDER NO. IN ITEM

10A.

B. THE.ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHJ..NGES (such es changes in paying office,
appropriation date, etc:) SET FORTH IN ITEM 14, PURSUAl',(T TO THE AUTHORITY OF FAR 43.103(b).

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

Mutual Agreement of the Parties [FAR 43.103(a)]


D. OTHER (Specify typ~ of modification arid authority)

E. IMPORTANT: Conllactor

[KJ

is npt,

is.required to sign this document and return_ 1_ copies to the issuing office.

14. DESCRIPTION OF A~ENDMENT/MODIFICA T.ION (Organized by UCF section headings, lnciuding solicilaitoniconlract subject matter where feasible.)

Please see A.2 Purpose of Modification.

I~ .

Except asprovided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore Changed, remains-unellanged and in full force and effect.

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

15A NAME ANDTlTLE OF SIGNER (Type orprinl)

(b)(6~DN1

USC 3024 (m) (1)


15C. DATE SIGNED
..,,O'SUlllvin

..,, o-CENTAA Thnology,

moology,om.cUS
41-04'00'

NSN 7540-01,152-8070
Previous edition unusable

(b )(6)

16C. DATE SIGNED

c; /11/1;2

9/5/12
J

STANDARD FORM 30 (REV.


10-83}

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251102

C06251102

App.roved for Release: 2015/07/20 C06251102

11. CONTRACT ID CODE

'

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

2. AMENDMENT/MODIFICATION NO.

001

3. EFFECTIVE DATE

'PAGE 1 OF 8

15. PROJECT NO. (If applicable)

4. REQUISITION/PURCHASE REQ. NO.

09/04/2012

6. ISSUED BY

7. ADMINISTERED BY (If other thanHem 6)

CODE

(b )( 3?0NTRACTS STAFF

ODNI 50

use

(b )(3)

3024(m)(l)

---ro,,

Wasning1ot DC 20505

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

(X)

CENTRA TECHNOLOGY INC


25 BURLINGTON MALL ROAD SUITE 800
BURLINGTON, MA 01803

9A.

AMENDMENT OF SOLICITATION NO.

98.

DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

06/04/2012

I FACILITY CODE

CODE

2006-1151009-023
108. DATED (SEE ITEM 11)

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

is extended,

is not extended,

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By
completing items 8 and 15, and returning
copies of the amendment: (b) By acknowledging recei'pt 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 CON~RACTS/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.

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:

Mutual Agreement of the Parties [FAR 43.103(a)]


D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor

is

not,

is required to sign this document and return_1_ copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, includ.ing solicitaiton/contract subject matter where feasible.)

Please see A.2 Purpose of Modification.

~ff~

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.
1SA. NAME AND TITLE OF SIGNER (Type or print)

16A_jjAr

158. CONTRACTORIOFFEROR

10\,. UAI

t: ::;1c..;Nt:U

161
ODNI 50

(Signature of person authorized 1o sign)

o, priot)

rTLE OF CONTRACTING OFFICER IT

use

16C. DATE SIGNED


3024(m)(l)

By
I

9 /1.//1;1.

NSN 7540-01-152-8070

STANDARD FORM 30 (REV.

Previous edition unusable

1083)
UNCLASSIFIED

Approved for Release: 2015/07/20 C06251102

C06251102

(;

Approved for Release: 2015/07/20 C06251102

W,

Table of Contents

W
Page Number

Description

c
F

Solicitation/Contract Form ............................................................................................................................... .


A.2 Purpose of Modification ..................................................................................................................... 3
Supplies or Services and Prices/Costs ............................................................................................................ 4
152.216-741 Type of Contract and Consideration (FFP-LOET) (MAR 2011) ........................................ 6
Descriptions/Specifications/Statement of Work .............................................................................................. .
152.211-701 Statement of Work (OCT 2003) ........................................................................................... 7
Deliveries or Performance .............................................................................................................................. 8
152.211-705 Period of Performance (AUG 1996) .................................................................................... 8
List of Attachments ......................................................................................................................................... 8
J-1 List of Attachments ............................................................................................................................. 8

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251102

C06251102

Approved for Release: 2015/07/20 C06251102

Contractor Name: CENTRA TfllltWLOGY INC


Contract Number:2006-1151 oos"!'623
Modification Number: 001

Page 3 of 8

Section A - Solicitation/Contract Form

A.2 Purpose of Modification


This is Contract Modification No. 00 I. The purpose of this modification is to:

I) Extend the current Period of Performance for CUN 100: Base Period thru 30 November 2012 and incorporate two (2)
priced option periods.
.
2 As a result of extending the CLIN 100: Base Period's end-date, the value of CLIN 100 is increased from
(b)(4l)( 4 ) - ~

(b )( 4)

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

ODNI

3) New CLIN 200: Option Period One (1) UNEXERCISED has a value oL(b)(4)hours; and a period of performance from 1 December 2012 - 28 February 2013.
'-------------'

(b )( 4)

4) New CUN 300: Option Period Two (2) UNEXERCISED has a value of)(b)(4):

hours; and a period of performance from 1 March 2013 - 3 June 2013.

(b )( 4)

~-------~

5) Section B Clause 152.216-741 Type of Contract and Consideration (FFP-LOET) (MAR 2011) in Section B of the
contract is updated accordingly.

CUN
100
200

300

Period
Base Period
Option Period 1
UNEXERCISED
Option Period 2
UNEXERCISED

POP
6/4/2012 - 11 /30/2012
12/1 /2012 - 2/28/2013

Amount

(b )( 4)

3/1 /2013 - 6/3/2013

6) The funding for CLIN 100: Base Period is increased fromj~ _ _ _(_b_)(_4_)--~jto[(b)(4)J The contract
remains fully funded.

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251102

CO 6 2 5110 2

. ... _.

- -----

A.oved for Release: 2015/07/20 C06251102

Contractor Name: CENTRA Tt:


Co.ntract Number:2006-115100
Modification Number: 001

uLUl.:i r IN~

Page 4 of 8

7) Section B Clause B. I Unpriced Option Periods is deleted from the contract.


8) Section F Clause 152.211 -705 Period of Performance (AUG 1996) is updated in accordance with the information set
forth above.

9) Section C Clause 152.2l1-701 Statement of Work (OCT 2003) and Section J Attachment I are updated to a SOW date

of 4 September 2012. The only change from the SOW incorporated under the initial Task Order award is the POP dates
for the Option Periods.

All other contract terms & conditions remain in full force and effect.

Section B - Supplies or Services and Prices/Costs

CLIN DETAILS
100

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

ODNI

101 DELETE

UNCLASSIFIED

Approved for Release: 2015/07 /20 C06251102

C06251102

Approved for Release: 2015/07/20 C06251102

Contractor Name: CENTRA TEllllltlOLOGY INC


Co.ntract Number:2006-1151 oog!(f'23
Modification Number: 001

200

300

(b )( 4)

Period Base Totals


Period Exercised Options Totals:
Period Current (Base+ Exercised Options) Totals:
Period Unexercised Options Totals:
Perlod Base and Options Totals:

Quantity Exercised Options Totals


Quantity Current (Base+ Exercised Options) Totals

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251102

Page 5 of 8

C06251102

Approved for Release: 2015/07/20 C06251102

Contracto_r Name: CENTRA TEIIIIJ"OLOGY INC


Contract Number:2006-115100~23
Modification Number: 001

Page 6 of 8

(b )( 4)

Quantity Unexercised Options TotalsJ

Quantity Base and Options Totals:

152.216-741 Type of Contract and Consideration (FFP-LOET) (MAR 2011)

(a) This is a Firm Fixed Price Level-of-Effort Term Contract as identified in FAR 16.207. The total price for full performance
hereunder is as follows:

200

Period
Base Period
Option Period 1

300

Option Period 2

CLIN

100

POP
6/4/2012 - 11 /30/2012
12/1/2012 - 2/28/2013

Amount

(b )( 4)

UNEXERCISED
3/1/2013 - 6/3/2013

UNEXERCISED
(b) The Contractor shall expend its best effort towards accomplishing the work outlined in the clause entitled "Scope of Contract".
(c) Level-of-Effort:

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

ODNI

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251102

C06251102

Approved for Release: 2015/07/20 C06251102

Contractor Name: CENTRA TEIIIJWLOGY INC


Contract Number:2006115100~23
Modification Number: 001

Page 7 of 8

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

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 days, the
Contractor shall promptly notify the Contracting 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 controlled to avoid an exhaustion of the total labor hours of effort before the expiration of the term of the
contract.
(f) It is further agreed that the Contractor may submit written requests for acceleration of the average hourly rate of effort that will
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 performance shaJI be without increase in contract price and the transaction
formalized 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
level-of-effort has been provided (if consistent with appropriations law) or make an equitable downward adjustment in contract price
in accordance with the following formula:
Price Reduction = FFP (in $) x (Target LOE - Expended LOE)
Target LOE
"Price Reduction" computed by the above formula is the dollar amount by which the contract price will be reduced. "FFP" in the
above formula means the fixed price specified in the contract. "LOE" in the above formula means "level-of-effort".

Section C - Descriptions/Specifications/Statement of Work

152.211-701 Statement of Work (OCT 2003)

UNCLASSIFIED

Approved for Release: 2015/07/20 C06251102

You might also like