Confidential Materials omitted and filed separately with the Securities and Exchange Commission. Asterisks denote omissions.

EX-10.8 12 w20323exv10w8.htm EX-10.8 exv10w8
 

Exhibit 10.8
Confidential Materials omitted and filed separately with the
Securities and Exchange Commission. Asterisks denote omissions.
SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDERUNDER DPAS (15 CFR 700)RATING DO-C9
PAGE            OF            PAGES — 1 26 —— — 2. CONTRACT NUMBER 3. SOLICITATION NUMBER 5. DATE ISSUED 6. REQUISITION/PURCHASE NUMBER W9113M-04-D-0002 W9113M-0R-4-0004 4. TYPE OF SOLICITATION 11/18/2003 W90GXK33010005 —— —— —— — ¨ SEALED BID (IFB) ¨ NEGOTIATED (RFP) — 7. ISSUED BY            CODE            W9113M 8. ADDRESS OFFER TO (if other than Item 7) —— Same — US Army Space and Missile Defense Command, 64 Thomas Johnson Drive Frederick, MD 21702 — NOTE: In sealed bid solicitations “offer” and “offeror” mean “bid” and “bidder”. — SOLICITATION — 9. Sealed offers in original and            copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if handcarried, in the depository located in            until            local time (Hour) (Date) CAUTION — LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and conditions contained in this solicitation. — 10. FOR INFORMATION            A. NAME            C. E-MAIL ADDRESS CALL: Lynn M. Selfridge            B. TELEPHONE (NO COLLECT CALLS) Lynne.Selfridge@SMCC.A —— —— —— — AREA CODE            NUMBER            EXT. 301 ###-###-#### — —— — 11. TABLE OF CONTENTS — (X) SEC. DESCRIPTION            PAGE(S) (X) SEC. DESCRIPTION            PAGE(S) - -— —— —— —— -— —— —— — PART I — THE SCHEDULE            PART II — CONTRACT CLAUSES —— — X            A            SOLICITATION/CONTRACT FORM 1 X            I            CONTRACT CLAUSES 12-26 —— —— —— — — —— —— — X            B            SUPPLIES OR SERVICES AND PRICES/COSTS 2-3 PART III — LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. —— —— —— -— — X            C            DESCRIPTION/SPECS./WORK STATEMENT 4-6 X            J            LIST OF ATTACHMENTS 26 —— —— —— -— — —— —— — D            PACKAGING AND MARKING            PART IV — REPRESENTATIONS AND INSTRUCTIONS —— —— — REPRESENTATIONS, CERTIFICATIONS AND OTHER X            E            INSPECTION AND ACCEPTANCE 7 K            STATEMENTS OF OFFERORS —— —— —— — —— — X            F            DELIVERIES OR PERFORMANCE 8 —— —— —— - X            G            CONTRACT ADMINISTRATION DATA 9 L            INSTRS., CONDS., AND NOTICES TO OFFERORS —— —— —— — —— — X            H            SPECIAL CONTRACT REQUIREMENTS 10-11 M            EVALUATION FACTORS FOR AWARD —— —— —— —— —— — OFFER (Must be fully completed by offeror) — NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. —
12. In compliance with the above, the undersigned agrees, if this offer is accepted within 60 calendar days (60 calendar days unless a differentperiod is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule. — 13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52.232-8) 10 CALENDAR DAYS (%) 20 CALENDAR DAYS (%) 30 CALENDAR DAYS (%) CALENDAR DAYS (%) —— —— —
14. ACKNOWLEDGEMENT OF AMEND- MENTS (The offeror acknowledges receipt of amendments to the SOLICITATION for offerors and related documents numbered and dated): AMENDMENT NO. DATE            AMENDMENT NO. DATE —— —— —— —— —
15A. NAME AND ADDRESS 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER OF OFFER- (Type or print) OR            CODE 1H0B6 FACILITY            Robert G. Kramer, President —— —— —— — BioPort Corporation 3500 N. Martin Luther King JR., Blvd. Lansing, Michigan 48906 — 15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE — ENTER SUCH 17. SIGNATURE 18. OFFER DATE 15B. TELEPHONE NUMBER ¨ ADDRESS IN SCHEDULE. /s/ Robert G. Kramer            Jan. 3, 2004 —— —— —— —— —
AREA CODE            NUMBER 517 327 — 1579 EXT. - -— —
AWARD (To be completed by Government)
— 19. ACCEPTED AS TO ITEMS NUMBERED 21. ACCOUNTING AND APPROPRIATION 0001-0003 20. AMOUNT            To be cited on individual delivery orders — 22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 23. SUBMIT INVOICES TO ADDRESS            ITEM SHOWN IN (4 copies unless otherwise specified) — ý 10 U.S.C. 2304(c) (1) ¨ 41 U.S.C. 253(c) ( ) —— —— —— —
24. ADMINISTERED BY (If other than Item 7) CODE            S2303A 25. PAYMENT WILL BE MADE BY            CODE — DCMA Detroit-Grand Rapids            DFAS-Columbus 678 Front Avenue, NW            ATTN: DFAS-CO/Chesapeake, PO Box 182264 Grand Rapids, MI ###-###-#### Columbus, Ohio ###-###-#### —— —
26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE Lynn M. Selfridge (Signature of Contracting Officer) 01/02/2004 —— —— —
IMPORTANT — Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice. — AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 33 (REV. 9-97) Previous edition is unusable            Prohibited by GSA — FAR (48 CFR) 53.214(c)

 


 

W9113M-04-D-0002
Page 2 of 26
Section B — Supplies or Services and Prices
                                     
        MAX                    
ITEM NO   SUPPLIES/SERVICES   QUANTITY     UNIT     UNIT PRICE     MAX AMOUNT  
0001  
 
    [**]             $ [**]     $ 71,248,954.50  
   
 
                               
    Doses of Vaccine
FFP
as identified in Section C, during the period of January 1, 2004
through December 31, 2004.
PURCHASE REQUEST NUMBER: W90GXK33010005
       
   
 
                             
   
 
                               
   
 
                  MAX NET AMT   $ 71,248,954.50  
   
 
                               
    ACRN AA Funded Amount        
FOB: Origin
                                     
        MAX                    
ITEM NO   SUPPLIES/SERVICES   QUANTITY     UNIT     UNIT PRICE     MAX AMOUNT  
0002  
 
    [**]             $ [**]     $ 95,950,567.80  
OPTION  
 
                               
   
 
                               
    Doses of Vaccine
FFP
as identified in Section C, during the period of January 1, 2005
through December 31, 2005.
PURCHASE REQUEST NUMBER: W90GXK33010005
       
   
 
                             
   
 
                               
   
 
                  MAX NET AMT   $ 95,950,567.80  
   
 
                               
    Funded Amount   $ 0.00  
FOB: Origin

 


 

W9113M-04-D-0002
Page 3 of 26
                                     
        MAX                    
ITEM NO   SUPPLIES/SERVICES   QUANTITY     UNIT     UNIT PRICE     MAX AMOUNT  
0003  
 
    [**]             $ [**]     $ 78,340,433.60  
OPTION  
 
                               
   
 
                               
    Doses of Vaccine
FFP
as identified in Section C, during the period of January 1, 2006
through September 30, 2006.
PURCHASE REQUEST NUMBER: W90GXK33010005
       
   
 
                             
   
 
                               
   
 
                  MAX NET AMT   $ 78,340,433.60  
   
 
                               
    Funded Amount   $ 0.00  
FOB: Origin
CLIN DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND CLIN ORDER VALUE
The minimum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not exceed the maximum quantity and order value stated in the following table.
                                 
    MINIMUM   MINIMUM   MAXIMUM   MAXIMUM
CLIN   QUANTITY   AMOUNT   QUANTITY   AMOUNT
0001
    1,297,380       [**]       [**]       71,248,954  
0002
    1,533,090       [**]       [**]     $ 95,950,568  
0003
    1,034,930       [**]       [**]     $ 78,340,434  

 


 

W9113M-04-D-0002
Page 4 of 26
Section C — Descriptions and Specifications
STATEMENT OF WORK
Section C. Statement of Work/Specifications
C.1 Summary. The contractor shall provide the necessary qualified personnel, facilities, material, equipment, and services to produce, test, bottle, and place into storage FDA licensed Anthrax Vaccine Adsorbed (AVA) in accordance with the contractor’s standard operating procedures and BioPort’s Food and Drug Administration Biologics License and all federal government regulatory, and statuary requirements applicable to the manufacture, formulation, filling and testing of AVA.
C.1.2 Definitions.
a. Manufacturing Stage is defined as the completion of:
[**]
Upon receipt of test results and internal release by Quality Assurance/Quality Control, the material is advanced to the Formulation Stage.
b. Formulation Stage means the [**]. Upon receipt of test results and internal release by Quality Assurance/Quality Control, the subject lots are advanced to the Filling Stage.
c. Filling Stage means the placement of bulk AVA in vials each containing sufficient volume to allow for 10 full doses. Samples are tested for safety, sterility, and potency. Upon receipt of test results and internal release by Quality Assurance/Quality Control, a release protocol is submitted to the FDA.
d. Release Stage means the receipt from the FDA of a letter releasing a lot of AVA for sale and distribution.
e. FOB Origin is defined as the Contractor’s Facility 3500 N. Martin Luther King Jr., Boulevard, Lansing, Michigan 48906.
f. The term “within” as related to paragraph (a) of FAR 52.217-9, is defined as “at least.”
C.1.3 The production process consists of the following four stages:
  1.   Manufacture
 
  2.   Formulation
 
  3.   Filling
 
  4.   FDA Release
C.1.4 Test and Evaluation During Production

 


 

W9113M-04-D-0002
Page 5 of 26
a. The contractor is responsible for establishing and maintaining quality assurance and quality control programs to ensure that product delivered under the contract, and that all testing requirements, meet both FDA regulatory requirements as well as the FDA license for AVA.
b. All other testing, including testing of the Pentavalent Botulinum Vaccine, and is presently provided under contract DAMD17-99-D-0003. Upon completion of this contract, the testing requirements shall be incorporated into this contract. The costs for conducting the tests under DAMD17-99-C-0003 are not presently included in this contract.
C.1.5 Shipping
Shipping of the vaccine is presently accomplished under DAMD17-99-D-0003, but shall be incorporated into this contract upon completion. Presently, the cost to ship vaccine is not included in this contract.
C.1.6 Early Delivery of Doses
The Contractor may deliver quantities of AVA doses in advance of the delivery schedule found at Attachment No. 1, Section J of this contract.
C.2 Contractor Use of Government Owned Property.
The Contractor shall have exclusive use of the property owned by the Government at the Contractor’s facility to manufacture AVA doses. A complete list of the Contractor Acquired Property is found in Attachment 2 in Section J of this contract. The fee for using this property shall be $[**] per dose of vaccine produced for private sales. For the first performance period of January 1, 2004 to December 31, 2004, the Contractor may be credited against the last invoice for doses delivered. For all other ensuing contract periods, the Contractor shall credit the usage fee on a monthly basis as the equipment is used in producing an inventory of doses for private sales.
C.3 Dose Equivalent Invoicing.
The Contractor will invoice the Government using a dose equivalent of [**] doses per lot for performance milestones 1, 2, &3. Upon reaching the fourth and final milestone, the contractor will adjust the final invoice either upward or downward, as appropriate to compensate for any difference in the actual number of doses delivered per lot.
C.4 FDA Action/Inaction.
The Contractor shall not be terminated for cause, in accordance with FAR 212-14 (m), if it is unable to deliver AVA doses in accordance with the delivery schedule set forth in Attachment 3 in Section J of the Contract due to action or inaction of the Food And Drug Administration, except to the extent that such action or inaction is a direct consequence of the Contractor’s negligence.
C.3 Notification of Sales.
The Contractor agrees to provide notification as a courtesy to the JVAP Product Manager of any sale of AVA to any non-U.S. company or government within five business days of making the sale.
C.4 Reporting
The contractor shall provide a Monthly Contract Status Report. During the base contract period of January 1, 2004 to December 31, 2004, the report shall be submitted weekly at the conclusion of the business week. The weekly

 


 

W9113M-04-D-0002
Page 6 of 26
report shall provide the same information as the monthly reports provide as of November 20, 2003, submitted under contract DAMD17-98-C-8052. Changes in the frequency of this data item may occur in the option periods.
C.5 Government Space in Contractor’s Facility
The contractor shall provide office space within the contractor’s facility to accommodate a Defense Contract Management Agency representative and JVAP representative(s) who will be onsite on a full-time basis.
C.6 Public Release of Information.
The contractor agrees to provide an advance copy of any release of information if there is a reference to the Anthrax Vaccine Program or if the information released may impact the Anthrax Vaccine Program. This provision is not intended to restrict dissemination of corporate information or the release of any information related to this Contract to third parties conducting normal due diligence on the Contractor in connection with capital raising activities or other types of corporate reorganizations where such release may be required. The advance notice will allow the DoD time to facilitate a response to any potential inquiries resulting from the information release and to be alert to the possibility of the inadvertent release of information, which could be taken out of context.
End of Section C.

 


 

W9113M-04-D-0002
Page 7 of 26
Section E — Inspection and Acceptance
INSPECTION AND ACCEPTANCE TERMS
Supplies/services will be inspected/accepted at:
                 
CLIN   INSPECT AT   INSPECT BY   ACCEPT AT   ACCEPT BY
0001
  Origin (Contractor’s Facility)   Government   Origin (Contractor’s Facility)   Government
0002
  Origin (Contractor’s Facility)   Government   Origin (Contractor’s Facility)   Government
0003
  Origin (Contractor’s Facility)   Government   Origin (Contractor’s Facility)   Government

 


 

W9113M-04-D-0002
Page 8 of 26
Section F — Deliveries or Performance
DELIVERY INFORMATION
                 
CLIN   DELIVERY DATE   QUANTITY   SHIP TO ADDRESS   UIC
0001
  IAW Attachment No. 1 in Section J of the Contract   1,297,380   To be determined   TBD
 
0002
  Will be provided at time of exercising option.   1,533,090   To be determined   TBD
 
0003
  Will be provided at time of exercising option.   1,034,930   To be determined   TBD
CLAUSES INCORPORATED BY REFERENCE
52.247-29                 F.O.B. Origin                                                              JUN 1988

 


 

W9113M-04-D-0002
Page 9 of 26
Section G — Contract Administration Data
ACCOUNTING AND APPROPRIATION DATA
AA:     9740300260145Y5YCM306100BP000252G12YMAVW90GXK43010005YMAV12044008
AMOUNT: To be obligated on individual delivery orders.
PAYMENT/INVOICING
1. Payments shall be made, by the Finance and Accounting Office, upon acceptance by the Government as verified by a Government’s Representative signature in Block 21 (b) of a DD Form 250 “Material Inspection and Receiving Report” and approval of the Administrative Contracting Officer (ACO). The Contractor shall submit 1 original and 3 copies of invoices to the ACO to process for payment. After acceptance and approval, the ACO will forward invoice with the DD 250 to the Defense Finance and Accounting Office. The DD 250 may also be used as an invoice.
2. Payments shall be accomplished in accordance with FAR 52.232-32 “Performance Based Payments” with the basis for performance payments identified in Attachment 1 “Basis for AVA Manufacturing Performance Payments.”
POINTS OF CONTACT
Procuring Contracting Officer:
Lynn M. Selfridge
USASMDC
ATTN: SMDC-CM-CB
64 Thomas Johnson Drive
Frederick, MD 21702
(301)  ###-###-####
email: ***@***
Administrative Contracting Officer:
Sue Pihl
DCMC Detroit-Grand Rapids
Riverview Center Bldg.
678 Front Ave., NW
Grand Rapids, MI ###-###-####
(616)  ###-###-####
Code: S2303A
Technical Representative:
Dave Edman, Ph.D.
CBMS
64 Thomas Johnson Drive
Frederick, MD 21702
(301)  ###-###-####
End of Section G.

 


 

W9113M-04-D-0002
Page 10 of 26
Section H — Special Contract Requirements
DELIVERY ORDER LIMITATIONS
Delivery Order Limitations for Placing Orders Above the Minimum Quantity
At the time of issuing a delivery order for anthrax vaccine doses for a quantity greater than the minimum quantity cited in Section B up to and including the maximum quantity cited in the Schedule, during either the base year or any of the options periods, the Government shall negotiate a quarterly delivery schedule for such doses. In all instances, except as provided below, manufacture of the doses shall commence within six months and be delivered within twelve months of delivery order issuance. In cases where a delivery order is issued for a quantity greater than the minimum within six months of the date of the previous delivery order, the contractor shall deliver the AVA according to a quarterly delivery schedule negotiated and agreed upon by both parties.
Purchase of Government Owned, Contractor Acquired Property
The Contractor may purchase contractor-acquired property at any time during the contract period. Upon the payment by the Contractor to the Government for each item of contractor-acquired property by invoice credit, title to such contractor-acquired property shall automatically pass to the Contractor. Upon payment by the Contractor for all contractor-acquired property used to deliver AVA, as specifically identified in Attachment 2 to this contract, the Contractor shall no longer be required to pay any usage fee and such requirement shall cease to have nay further force or effect. If the Contractor purchases a portion of the contractor-acquired property, the contractor may request to negotiate a reduced usage fee for the use of that property.
Indemnification
The Contractor acknowledges that only the Secretary of the Army has authority under Public Law 85-804 to indemnify the Contractor for unusually hazardous risks in performing this contract. The Contractor further acknowledges that the Secretary of the Army may not provide indemnification. The Government shall pursue obtaining indemnification under Public Law 85-804 for the contract upon receipt of a FAR Part 50 fully compliant request from the contractor. It is expressly understood that receipt of the same indemnification provision as found in Contract DAMD17-98-C-8052 or such other insurance or protective measure as shall be mutually acceptable to the Government and the Contractor, shall be a condition precedent to the Contractor’s obligations to deliver doses of AVA under this contract. In the event that the Secretary of the Army does not approve the request for indemnification, the Government agrees to fund the cost of reasonable protective measures and the Contractor fully understands that in the event of the need for the Government to fund these measures, the minimum requirement, for any period, may be reduced by an amount equivalent to its cost.

 


 

W9113M-04-D-0002
Page 11 of 26
Contractor Authority to Place Rated Orders
The Contractor is authorized to place rated orders for equipment and other items in the course of implementing its production capacity expansion project for AVA. The Government provides this authority as the delegate agency as required by 15 CFR part 700.18(2)(iv)(A). The Defense priority rating of the contract is DO-C9.
End of Section H.

 


 

W9113M-04-D-0002
Page 12 of 26
Section I — Contract Clauses
CLAUSES INCORPORATED BY REFERENCE
         
52.232-25
  Prompt Payment   OCT 2003
52.242-13
  Bankruptcy   JUL 1995
52.245-4
  Government-Furnished Property (Short Form)   JUN 2003
252 ###-###-####
  Required Central Contractor Registration   NOV 2001
252 ###-###-####
  Reports Of Government Property   MAY 1994
CLAUSES INCORPORATED BY FULL TEXT
52.212-4 CONTRACT TERMS AND CONDITIONS— COMMERCIAL ITEMS (OCT 2003)
(a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. The Government must exercise its post-acceptance rights (1) within a reasonable time after the defect was discovered or should have been discovered; and (2) before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.
(b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract.
(c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties.
(d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract.
(e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference.
(f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement or any excusable delay, setting for the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence.
(g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include—

 


 

W9113M-04-D-0002
Page 13 of 26
(i) Name and address of the Contractor,
(ii) Invoice date and number;
(iii) Contract number, contract line item number and, if applicable, the order number;
(iv) Description, quantity, unit of measure, unit price and extended price of the items delivered;
(v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading;
(vi) Terms of any discount for prompt payment offered;
(vii) Name and address of official to whom payment is to be sent;
(viii) Name, title, and phone number of person to notify in event of defective invoice; and
(ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract.
(x) Electronic funds transfer (EFT) banking information.
(A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract.
(B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration, or 52.232-34, Payment by Electronic
Funds Transfer—Other Than Central Contractor Registration), or applicable agency procedures.
(C) EFT banking information is not required if the Government waived the requirement to pay by EFT.
(2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315.
(h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings.
(i) Payment.—
(1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract.
(2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315.
(3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause.
(4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on

 


 

W9113M-04-D-0002
Page 14 of 26
the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made.
(5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall immediately notify the Contracting Officer and request instructions for disposition of the overpayment.
(j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon:
(1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or
(2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination.
(k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties.
(l) Termination for the Government’s convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor’s records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided.
(m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience.
(n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession.
(o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.
(p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items.
(q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract.
(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. 327, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. 423 relating to procurement integrity.

 


 

W9113M-04-D-0002
Page 15 of 26
(s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) the schedule of supplies/services; (2) the Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique to Government Contracts paragraphs of this clause; (3) the clause at 52.212-5; (4) addenda to this solicitation or contract, including any license agreements for computer software; (5) solicitation provisions if this is a solicitation; (6) other paragraphs of this clause; (7) the Standard Form 1449; (8) other documents, exhibits, and attachments; and (9) the specification.
(t) Central Contractor Registration (CCR). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government’s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.
(2)(i) If a Contractor has legally changed its business name, “doing business as” name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day’s written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name.
(ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the “Suspension of Payment” paragraph of the electronic funds transfer (EFT) clause of this contract.
(3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor’s CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the “Suspension of payment” paragraph of the EFT clause of this contract.
(4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling ###-###-#### or ###-###-####.
(End of clause)
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (OCT 2003)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)

 


 

W9113M-04-D-0002
Page 16 of 26
X                      (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).
                     (2) 52.219-3, Notice of HUBZone Small Business Set-Aside (Jan 1999) (U.S.C. 657a).
                     (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (U.S.C. 657a).
                     (4) (i) 52.219-5, Very Small Business Set-Aside (JUNE 2003) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994).
                     (ii) Alternate I (MAR 1999) to 52.219-5.
                     (iii) Alternate II to (JUNE 2003) 52.219-5.
                     (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644).
                     (ii) Alternate I (OCT 1995) of 52.219-6.
                     (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644).
                     (ii) Alternate I (OCT 1995) of 52.219-7.
                     (7) 52.219-8, Utilization of Small Business Concerns (OCT 2000) (15 U.S.C. 637 (d)(2) and (3)).
                     (8)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2002) (15 U.S.C. 637(d)(4)).
                     (ii) Alternate I (OCT 2001) of 52.219-9.
                     (iii) Alternate II (OCT 2001) of 52.219-9.
                     (9) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)).
                     (10)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (JUNE 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer).
                     (ii) Alternate I (JUNE 2003) of 52.219-23.
                     (11) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (OCT 1999) (Pub. L. 103-355, section 7102, and 10 U.S.G. 2323).
                     (12) 52.219-26, Small Disadvantaged Business Participation Program—Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).
X                      (13) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755).
X                      (14) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (SEP 2002) (E.O. 13126).
X                      (15) 52.222-21, Prohibition of Segregated Facilities (FEB 1999).

 


 

W9113M-04-D-0002
Page 17 of 26
X                      (16) 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246).
X                      (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212).
X                      (18) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793).
X                      (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212).
                     (20)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (AUG 2000) (42 U.S.C. 6962(c)(3)(A)(ii)).
                     (ii) Alternate I (AUG 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)).
                     (21) 52.225-1, Buy American Act—Supplies (JUNE 2003) (41 U.S.C.10a-10d).
                     (22)(i) 52.225-3, Buy American Act—North American Free Trade Agreement—Israeli Trade Act (JUNE 2003) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note).
                     (ii) Alternate I (MAY 2002) of 52.225-3.
                     (iii) Alternate II (MAY 2002) of 52.225-3.
                     (23) 52.225-5, Trade Agreements (OCT 2003) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
X                      (24) 52.225-13, Restrictions on Certain Foreign Purchases (OCT 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129).
                     (25) 52.225-15, Sanctioned European Union Country End Products (FEB 2000) (E.O. 12849).
                     (26) 52.225-16, Sanctioned European Union Country Services (FEB 2000) (E.O. 12849).
                     (27) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)).
                     (28) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)).
X                      (29) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (OCT 2003) (31 U.S.C. 3332).
                     (30) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332).
                     (31) 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332).
                     (32) 52239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a).
                     (33)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (APR 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631).

 


 

W9113M-04-D-0002
Page 18 of 26
                     (ii) Alternate I (APR 1984) of 52.247-64.
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.]
                     (1) 52.222-41, Service Contract Act of 1965, as Amended (MAY 1989) (41 U.S.C. 351, et seq.).
                     (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
                     (3) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
                     (4) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment (February 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
                     (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989) (41 U.S.C. 351, et seq.).
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause—
(i) 52.219-8, Utilization of Small Business Concerns (October 2000) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(ii) 52.222-26, Equal Opportunity (April 2002) (E.O. 11246).

 


 

W9113M-04-D-0002
Page 19 of 26
(iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (December 2001) (38 U.S.C. 4212).
(iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793).
(v) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.).
(vi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (April 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)
52.216-18 ORDERING. (OCT 1995)
(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from January 2, 2004 through December 31, 2004.
(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.
(c) If mailed, a delivery order or task order is considered “issued” when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.
(End of clause)
NOTE: THIS CLAUSE WILL BE UPDATED ANNUALLY ALONG WITH THE EXERCISE OF AN OPTION.
52.216-19 ORDER LIMITATIONS. (OCT 1995)
(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1,297,380 doses (insert dollar figure or quantity), the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.
(b) Maximum order. The Contractor is not obligated to honor;
(1) Any order for a single item in excess of 3,109,950 doses (insert dollar figure or quantity);
(2) Any order for a combination of items in excess of 3,109,950 doses (insert dollar figure or quantity); or
(3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above.
(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal

 


 

W9113M-04-D-0002
Page 20 of 26
Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above.
(d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor’s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.
(End of clause)
NOTE: TO BE UPDATED AT TIME OF EXERCISING OPTION.
52.216-22 INDEFINITE QUANTITY. (OCT 1995)
(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.
(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the “maximum”. The Government shall order at least the quantity of supplies or services designated in the Schedule as the “minimum”.
(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.
(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor’s and Government’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after January 1, 2008.
(End of clause)
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 109 days (insert the period of time within which the Contracting Officer may exercise the option); provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 120 days (60 days unless a different number of days is inserted) before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 33 months.
(End of clause)

 


 

W9113M-04-D-0002
Page 21 of 26
FAR 52.232-32 PERFORMANCE-BASED PAYMENTS (FEB 2002)
(a) Amount of payments and limitations on payments. Subject to such other limitations and conditions as are specified in this contract and this clause, the amount of payments and limitations on payments shall be specified in the contract’s description of the basis for payment.
(b) Contractor request for performance-based payment. The Contractor may submit requests for payment of performance-based payments not more frequently than monthly, in a form and manner acceptable to the Contracting Officer. Unless otherwise authorized by the Contracting Officer, all performance-based payments in any period for which payment is being requested shall be included in a single request, appropriately itemized and totaled. The Contractor’s request shall contain the information and certification detailed in paragraphs (1) and (m) of this clause.
(c) Approval and payment of requests. (1) The Contractor shall not be entitled to payment of a request for performance-based payment prior to successful accomplishment of the event or performance criterion for which payment is requested. The Contracting Officer shall determine whether the event or performance criterion for which payment is requested has been successfully accomplished in accordance with the terms of the contract. The Contracting Officer may, at any time, require the Contractor to substantiate the successful performance of any event or performance criterion which has been or is represented as being payable.
(2) A payment under this performance-based payment clause is a contract financing payment under the Prompt Payment clause of this contract and not subject to the interest penalty provisions of the Prompt Payment Act. The designated payment office will pay approved requests on the 30th day after receipt of the request for performance-based payment. However, the designated payment office is not required to provide payment if the Contracting Officer requires substantiation as provided in paragraph (c)(1) of this clause, or inquires into the status of an event or performance criterion, or into any of the conditions listed in paragraph (e) of this clause, or into the Contractor certification. The payment period will not begin until the Contracting Officer approves the request.
(3) The approval by the Contracting Officer of a request for performance-based payment does not constitute an acceptance by the Government and does not excuse the Contractor from performance of obligations under this contract.
(d) Liquidation of performance-based payments. (1) Performance-based finance amounts paid prior to payment for delivery of an item shall be liquidated by deducting a percentage or a designated dollar amount from the delivery payment. If the performance-based finance payments are on a delivery item basis, the liquidation amount for each such line item shall be the percent of that delivery item price that was previously paid under performance-based finance payments or the designated dollar amount. If the performance-based finance payments are on a whole contract basis, liquidation shall be by either predesignated liquidation amounts or a liquidation percentage.
(2) If at any time the amount of payments under this contract exceeds any limitation in this contract, the Contractor shall repay to the Government the excess. Unless otherwise determined by the Contracting Officer, such excess shall be credited as a reduction in the unliquidated performance-based payment balance(s), after adjustment of invoice payments and balances for any retroactive price adjustments.
(e) Reduction or suspension of performance-based payments. The Contracting Officer may reduce or suspend performance-based payments, liquidate performance-based payments by deduction from any payment under the contract, or take a combination of these actions after finding upon substantial evidence any of the following conditions:
(1) The Contractor failed to comply with any material requirement of this contract (which includes paragraphs (h) and (i) of this clause).

 


 

W9113M-04-D-0002
Page 22 of 26
(2) Performance of this contract is endangered by the Contractor’s (i) failure to make progress, or (ii) unsatisfactory financial condition.
(3) The Contractor is delinquent in payment of any subcontractor or supplier under this contract in the ordinary course of business.
(f) Title. (1) Title to the property described in this paragraph (f) shall vest in the Government. Vestiture shall be immediately upon the date of the first performance-based payment under this contract, for property acquired or produced before that date. Otherwise, vestiture shall occur when the property is or should have been allocable or properly chargeable to this contract
(2) “Property,” as used in this clause, includes all of the following described items acquired or produced by the Contractor that are or should be allocable or properly chargeable to this contract under sound and generally accepted accounting principles and practices:
(i) Parts, materials, inventories, and work in process;
(ii) Special tooling and special test equipment to which the Government is to acquire title under any other clause of this contract;
(iii) Nondurable (i.e., noncapital) tools, jigs, dies, fixtures, molds, patterns, taps, gauges, test equipment and other similar manufacturing aids, title to which would not be obtained as special tooling under subparagraph (f)(2)(ii) of this clause; and
(iv) Drawings and technical data, to the extent the Contractor or subcontractors are required to deliver them to the Government by other clauses of this contract.
(3) Although title to property is in the Government under this clause, other applicable clauses of this contract (e.g., the termination or special tooling clauses) shall determine the handling and disposition of the property.
(4) The Contractor may sell any scrap resulting from production under this contract, without requesting the Contracting Officer’s approval, provided that any significant reduction in the value of the property to which the Government has title under this clause is reported in writing to the Contracting Officer.
(5) In order to acquire for its own use or dispose of property to which title is vested in the Government under this clause, the Contractor must obtain the Contracting Officer’s advance approval of the action and the terms. If approved, the basis for payment (the events or performance criteria) to which the property is related shall be deemed to be not in compliance with the terms of the contract and not payable (if the property is part of or needed for performance), and the Contractor shall refund the related performance-based payments in accordance with paragraph (d) of this clause.
(6) When the Contractor completes all of the obligations under this contract, including liquidation of all performance-based payments, title shall vest in the Contractor for all property (or the proceeds thereof’) not—
(i) Delivered to, and accepted by, the Government under this contract; or
(ii) Incorporated in supplies delivered to, and accepted by, the Government under this contract and to which title is vested in the Government under this clause.
(7) The terms of this contract concerning liability for Government-furnished property shall not apply to property to which the Government acquired title solely under this clause.
(g) Risk of loss. Before delivery to and acceptance by the Government, the Contractor shall bear the risk of loss for

 


 

W9113M-04-D-0002
Page 23 of 26
property, the title to which vests in the Government under this clause, except to the extent the Government expressly assumes the risk. If any property is damaged, lost, stolen, or destroyed, the basis of payment (the events or performance criteria) to which the property is related shall be deemed to be not in compliance with the terms of the contract and not payable (if the property is part of or needed for performance), and the Contractor shall refund the related performance-based payments in accordance with paragraph (d) of this clause.
(h) Records and controls. The Contractor shall maintain records and controls adequate for administration of this clause. The Contractor shall have no entitlement to performance-based payments during any time the Contractor’s records or controls are determined by the Contracting Officer to be inadequate for administration of this clause.
(i) Reports and Government access. The Contractor shall promptly furnish reports, certificates, financial statements, and other pertinent information requested by the Contracting Officer for the administration of this clause and to determine that an event or other criterion prompting a financing payment has been successfully accomplished. The Contractor shall give the Government reasonable opportunity to examine and verify the Contractor’s records and to examine and verify the Contractor’s performance of this contract for administration of this clause.
(j) Special terms regarding default. If this contract is terminated under the Default clause, (1) the Contractor shall, on demand, repay to the Government the amount of unliquidated performance-based payments, and (2) title shall vest in the Contractor, on full liquidation of all performance-based payments, for all property for which the Government elects not to require delivery under the Default clause of this contract. The Government shall be liable for no payment except as provided by the Default clause.
(k) Reservation of rights. (1) No payment or vesting of title under this clause shall (i) excuse the Contractor from performance of obligations under this contract, or (ii) constitute a waiver of any of the rights or remedies of the parties under the contract.
(2) The Government’s rights and remedies under this clause (i) shall not be exclusive, but rather shall be in addition to any other rights and remedies provided by law or this contract, and (ii) shall not be affected by delayed, partial, or omitted exercise of any right, remedy, power, or privilege, nor shall such exercise or any single exercise preclude or impair any further exercise under this clause or the exercise of any other right, power, or privilege of the Government.
(l) Content of Contractor’s request for performance-based payment. The Contractor’s request for performance-based payment shall contain the following:
(1) The name and address of the Contractor;
(2) The date of the request for performance-based payment;
(3) The contract number and/or other identifier of the contract or order under which the request is made;
(4) Such information and documentation as is required by the contract’s description of the basis for payment; and
(5) A certification by a Contractor official authorized to bind the Contractor, as specified in paragraph (m) of this clause.
(m) Content of Contractor’s certification. As required in paragraph (1)(5) of this clause, the Contractor shall make the following certification in each request for performance-based payment:
I certify to the best of my knowledge and belief that—
(1) This request for performance-based payment is true and correct; this request (and attachments) has been prepared from the books and records of the Contractor, in accordance with the contract and the instructions of the

 


 

W9113M-04-D-0002
Page 24 of 26
Contracting Officer;
(2) (Except as reported in writing on                     ), all payments to subcontractors and suppliers under this contract have been paid, or will be paid, currently, when due in the ordinary course of business;
(3) There are no encumbrances (except as reported in writing on                     ) against the property acquired or produced for, and allocated or properly chargeable to, the contract which would affect or impair the Government’s title;
(4) There has been no materially adverse change in the financial condition of the Contractor since the submission by the Contractor to the Government of the most recent written information dated                     ; and
(5) After the making of this requested performance-based payment, the amount of all payments for each deliverable item for which performance-based payments have been requested will not exceed any limitation in the contract, and the amount of all payments under the contract will not exceed any limitation in the contract.
(End of clause)
252 ###-###-#### CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (OCT 2003)
(a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components.
X                      52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207).
(b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components.
                     252 ###-###-#### Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416).
                     252 ###-###-#### Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (APR 1996) (15 U.S.C. 637).
                     252 ###-###-#### Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (Test Program) (JUN 1997) (15 U.S.C. 637 note).
X                      252 ###-###-#### Buy American Act and Balance of Payment Program (APR 2003) (41 U.S.C. 10a-10d, E.O. 10582).
                     252 ###-###-#### Preference for Certain Domestic Commodities (FEB 2003) (10.U.S.C. 2533a).
                     252 ###-###-#### Preference for Domestic Specialty Metals (APR 2003) (10 U.S.C. 2533a).
                     252 ###-###-#### Preference for Domestic Hand or Measuring Tools (APR 2003) (10 U.S.C. 2533a).

 


 

W9113M-04-D-0002
Page 25 of 26
                     252 ###-###-#### Restriction on Acquisition of Ball and Roller Bearings (APR 2003) (                     Alternate I) (APR 2003) (10 U.S.C. 2534 and Section 8099 of Public Law 104-61 and similar sections in subsequent DoD appropriations acts).
                     252 ###-###-#### Trade Agreements (AUG 2003) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note).
                     252 ###-###-#### Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779).
                     252 ###-###-#### Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755).
                     252 ###-###-#### Buy American Act—North American Free Trade Agreement Implementation Act—Balance of Payment Program (APR 2003) (                     Alternate I) (APR 2003) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note).
                     252 ###-###-#### Restriction on Acquisition of Air Circuit Breakers (APR. 2003) (10 U.S.C. 2534(a)(3)).
                     252 ###-###-#### Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Oct 2003) (Section 8021 of Pub. L. 107-248).
                     252 ###-###-#### Technical Data—Commercial Items (NOV 1995) (10 U.S.C. 2320).
                     252 ###-###-#### Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321).
X                      252 ###-###-#### Electronic Submission of Payment Requests (MAR 2003) (10 U.S.C. 2227).
X                      252 ###-###-#### Certification of Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410).
X                      252 ###-###-#### Transportation of Supplies by Sea (MAY 2002) (                     Alternate I) (MAR 2000) (                     Alternate II) (MAR 2000) (Alternate III) (MAY 2002) (10 U.S.C. 2631).
X                      252 ###-###-#### Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).
(c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items clause of this contract (Federal Acquisition Regulation 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract:
252 ###-###-#### Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a).
252 ###-###-#### Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631).
252 ###-###-#### Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631)
(End of clause)

 


 

W9113M-04-D-0002
Page 26 of 26
Section J — List of Documents, Exhibits and Other Attachments
SECTION J
Section J, List of Attachments and Exhibits
         
Attachment Number   Description   No. of Pages
1  
Performance Based Payments Breakout
  1
2  
Government Furnished Property
  22
3  
Delivery Schedule for the Minimum Quantity in for the Base Year (to be Revised with Exercising an Option)
  1

 


 

W9113M-04-D-0002
Attachment 1
Page 1 of 1
Attachment 1
Basis for AVA Manufacturing Performance Payments
         
Completion of Manufacturing Stage
    50 %
 
       
Completion of Formulation Stage
    30 %
 
       
Completion of Filling Stage
    10 %
 
       
Completion of Release Stage
    10 %

 


 

9113M-04-D-0002
Attachment 2
     
ent Owned Equipment   Page 1
DD-1662 for 2003
                             
Contract       P   Acquisition           Tax
Sys No   #   T   Class   Date   Description   Acq Value
56
  DAMD17-91-C-1139   R   Bu   9/1/93   Warehouse modular facility     264,674.00  
47
  DAMD17-91-C-1139   R   Bu   9/1/93   BL-3 Modular Facility     1,484,553.00  
Class*
  Bu                            
Sub Total:                        
 
                        1,749,227.00  
 
                           
 
52
  DAMD17-91-C-1139   P   Co   9/1/93   Thermal Transfer Printer     7,128.00  
31
  DAMD17-91-C-1139   P   Co   9/1/93   Security room console, power panel, conduit and wi     20,000.00  
30
  DAMD17-91-C-1139   P   Co   9/1/93   door alarms, motion detectors, card readers, card ac     50,000.00  
29
  DAMD17-91-C-1139   P   Co   9/1/93   Intercom system to gates central control, remote an     60,000.00  
32
  DAMD17-91-C-1139   P   Co   9/1/93   Host computer, remote processors, conduit and wiri     80,000.00  
28
  DAMD17-91-C-1139   P   Co   9/1/93   Cameras, Video control, re corders, multiplexers, n     120,000.00  
120
  DAMD17-91-C-1139   P   Co   9/1/98   Printer — Hewlitt Packard     300.00  
118
  DAMD17-91-C-1139   P   Co   9/1/98   Printer — Epson     387.00  
281
  DAMD17-91-C-1139   P   Co   2/1/00   Compaq Proliant ML570 Server and Rack Mounts I     15,497.00  
253
  DAMD17-91-C-1139   P   Co   3/1/00   HP Laserjet Printer 4050N     1,360.00  
222
  DAMD17-91-C-1139   P   Co   3/1/00   Computer     1,499.97  
216
  DAMD17-91-C-1139   P   Co   3/1/00   Computer     1,699.97  
190
  DAMD17-91-C-1139   P   Co   3/1/00   Computer System     2,128.98  
201
  DAMD17-91-C-1139   P   Co   3/1/00   Z505R Laptop Computers     2,538.24  
189
  DAMD17-91-C-1139   P   Co   3/1/00   Mail server     3,624.61  
224
  DAMD17-91-C-1139   P   Co   3/1/00   Laptop Computers     3,711.24  
261
  DAMD17-91-C-1139   P   Co   4/1/00   Computer System     633.32  
920
  DAMD17-91-C-1139   P   Co   4/1/00   Computer System     633.32  
921
  DAMD17-91-C-1139   P   Co   4/1/00   Computer System     633.32  
206
  DAMD17-91-C-1139   P   Co   4/1/00   Laptop Computers     1,660.00  
207
  DAMD17-91-C-1139   P   Co   4/1/00   Laptop Computers F420     1,660.00  
217
  DAMD17-91-C-1139   P   Co   4/1/00   Laptop Computers F420     1,660.00  
264
  DAMD17-91-C-1139   P   Co   4/1/00   Bar Code Scanners     2,605.50  
265
  DAMD17-91-C-1139   P   Co   4/1/00   Bar Code Scanners     2,605.50  
193
  DAMD17-91-C-1139   P   Co   4/1/00   Compaq Proliant ML370     3,400.00  

 


 

                             
Contract       P   Acquisition           Tax
Sys No   #   T   Class   Date   Description   Acq Value
191
  DAMD17-91-C-1139   P   Co   7/1/00   Viewsonic E771 .27MM     232.50  
194
  DAMD17-91-C-1139   P   Co   7/1/00   Viewsonic E771 .27MM     232.50  
195
  DAMD17-91-C-1139   P   Co   7/1/00   Viewsonic E771 .27MM     232.50  
196
  DAMD17-91-C-1139   P   Co   7/1/00   Viewsonic E771 .27MM     232.50  
197
  DAMD17-91-C-1139   P   Co   7/1/00   Viewsonic E771 .27MM     232.50  
198
  DAMD17-91-C-1139   P   Co   7/1/00   Viewsonic E771 .27MM     232.50  
199
  DAMD17-91-C-1139   P   Co   7/1/00   Viewsonic E771 .27MM     232.50  
200
  DAMD17-91-C-1139   P   Co   7/1/00   Viewsonic E771 .27MM     232.50  
192
  DAMD17-91-C-1139   P   Co   7/1/00   Compaq Proliant 7360 K6 500     606.13  
202
  DAMD17-91-C-1139   P   Co   7/1/00   Compaq Pesario 7360 K6 500     606.13  
203
  DAMD17-91-C-1139   P   Co   7/1/00   Compaq Pesario 7360 K6 500     606.13  
204
  DAMD17-91-C-1139   P   Co   7/1/00   Compaq Pesario 7360 K6 500     606.13  
205
  DAMD17-91-C-1139   P   Co   7/1/00   Compaq Pesario 7360 K6 500     606.13  
223
  DAMD17-91-C-1139   P   Co   7/1/00   17” P793 Monitor     606.13  
210
  DAMD17-91-C-1139   P   Co   7/1/00   Compaq Pesario 7360 K6 500     606.14  
211
  DAMD17-91-C-1139   P   Co   8/1/00   Monitors     221.43  
212
  DAMD17-91-C-1139   P   Co   8/1/00   Computers     651.43  
170
  DAMD17-91-C-1139   P   Co   8/1/00   Laptop Computers F420     1,660.00  
209
  DAMD17-91-C-1139   P   Co   8/1/00   Epson Projector     5,322.00  
172
  DAMD17-91-C-1139   P   Co   8/1/00   Compaq Proliant Server and Rack     5,908.74  
173
  DAMD17-91-C-1139   P   Co   9/1/00   Viewsonic 17” Color Monitor     227.25  
175
  DAMD17-91-C-1139   P   Co   9/1/00   Viewsonic 17” Color Monitor     227.25  
188
  DAMD17-91-C-1139   P   Co   9/1/00   Viewsonic 17” Color Monitor     227.25  
219
  DAMD17-91-C-1139   P   Co   9/1/00   Viewsonic 17” Color Monitor     227.25  
174
  DAMD17-91-C-1139   P   Co   9/1/00   Viewsonic 17” Color Monitor     227.26  
214
  DAMD17-91-C-1139   P   Co   9/1/00   Monitor     296.78  
215
  DAMD17-91-C-1139   P   Co   9/1/00   Printer     690.00  
179
  DAMD17-91-C-1139   P   Co   9/1/00   HP E-PC E-Vectra     787.06  
176
  DAMD17-91-C-1139   P   Co   9/1/00   HP E-PC E-Vectra     787.08  
177
  DAMD17-91-C-1139   P   Co   9/1/00   HP E-PC E-Vectra     787.08  
178
  DAMD17-91-C-1139   P   Co   9/1/00   HP E-PC E-Vectra     787.08  
213
  DAMD17-91-C-1139   P   Co   9/1/00   CPU     1,383.52  
208
  DAMD17-91-C-1139   P   Co   9/1/00   Compaq Deskpro En NT Workstation     1,878.91  
263
  DAMD17-91-C-1139   P   Co   9/1/00   Compaq Proliant ML530 Server and Parts     10,842.00  
180
  DAMD17-91-C-1139   P   Co   10/1/00   HP Brio BA410 Computer     1,019.35  
220
  DAMD17-91-C-1139   P   Co   10/1/00   Compaq Deskpro En Workstation     1,440.00  
183
  DAMD17-91-C-1139   P   Co   11/1/00   Viewsonic 17” Color Monitor     228.87  
182
  DAMD17-91-C-1139   P   Co   11/1/00   Compaq Deskpro EN Pen III 733 mhz     1,318.87  
184
  DAMD17-91-C-1139   P   Co   11/1/00   Compaq Deskpro EN Pen III 733 mhz and Viewsoni     1,318.87  
186
  DAMD17-91-C-1139   P   Co   11/1/00   Compaq Deskpro EN Pen III 733 mhz and Viewsonic     1,318.87  
746
  DAMD17-91-C-1139   P   Co   11/1/00   Datafile Diskette for VAERS     1,344.00  
181
  DAMD17-91-C-1139   P   Co   12/1/00   Elron Software Server     3,669.46  
244
  DAMD17-91-C-1139   P   Co   12/1/00   Security System Upgrade, Camera and wiring neces     128,502.20  
273
  DAMD17-91-C-1139   P   Co   1/1/01   Viewsonic 17” Color Monitor     189.99  
274
  DAMD17-91-C-1139   P   Co   1/1/01   Viewsonic 17” Color Monitor     189.99  
275
  DAMD17-91-C-1139   P   Co   1/1/01   Viewsonic 17” Color Monitor     189.99  

 


 

                             
Contract       P   Acquisition           Tax
Sys No   #   T   Class   Date   Description   Acq Value
276
  DAMD17-91-C-1139   P   Co   1/1/01   Viewsonic 17” Color Monitor     189.99  
269
  DAMD17-91-C-1139   P   Co   1/1/01   Compaq Deskpro EN     1,337.74  
270
  DAMD17-91-C-1139   P   Co   1/1/01   Compaq Deskpro EN     1,337.74  
271
  DAMD17-91-C-1139   P   Co   1/1/01   Compaq Deskpro EN     1,337.74  
272
  DAMD17-91-C-1139   P   Co   1/1/01   Compaq Deskpro EN     1,337.74  
277
  DAMD17-91-C-1139   P   Co   1/1/01   Compaq Deskpro Workstation Ap250     1,887.00  
278
  DAMD17-91-C-1139   P   Co   1/1/01   Compaq Deskpro Workstation Ap250     1,887.00  
279
  DAMD17-91-C-1139   P   Co   1/1/01   Compaq Deskpro Workstation Ap250     1,887.00  
290
  DAMD17-91-C-1139   P   Co   2/1/01   Monitor     290.00  
289
  DAMD17-91-C-1139   P   Co   2/1/01   Computer System Okidata 14E printer     371.04  
291
  DAMD17-91-C-1139   P   Co   2/1/01   Computer System     1,853.40  
292
  DAMD17-91-C-1139   P   Co   2/1/01   Compaq Proliant ML570 Server and Rack Mounts     20,376.50  
302
  DAMD17-91-C-1139   P   Co   3/1/01   Monitors for PAI Workroom     270.89  
303
  DAMD17-91-C-1139   P   Co   3/1/01   Viewsonic E70     270.89  
304
  DAMD17-91-C-1139   P   Co   3/1/01   Monitors for PAI Workroom     270.89  
305
  DAMD17-91-C-1139   P   Co   3/1/01   Monitors for PAI Workroom     270.89  
306
  DAMD17-91-C-1139   P   Co   3/1/01   Monitor     270.89  
307
  DAMD17-91-C-1139   P   Co   3/1/01   Monitors for PAI Workroom     270.89  
308
  DAMD17-91-C-1139   P   Co   3/1/01   Monitors for PAI Workroom     270.89  
309
  DAMD17-91-C-1139   P   Co   3/1/01   Monitors for PAI Workroom     270.89  
283
  DAMD17-91-C-1139   P   Co   3/1/01   Monitor     290.00  
287
  DAMD17-91-C-1139   P   Co   3/1/01   Monitor     290.00  
288
  DAMD17-91-C-1139   P   Co   3/1/01   Monitor     290.00  
284
  DAMD17-91-C-1139   P   Co   3/1/01   Computer System     1,220.00  
285
  DAMD17-91-C-1139   P   Co   3/1/01   Computer System     1,220.00  
286
  DAMD17-91-C-1139   P   Co   3/1/01   Computer Deskpro     1,220.00  
294
  DAMD17-91-C-1139   P   Co   3/1/01   Computers for PAI Workroom     1,263.89  
295
  DAMD17-91-C-1139   P   Co   3/1/01   Compaq PC     1,263.89  
296
  DAMD17-91-C-1139   P   Co   3/1/01   Computers for PAI Workroom     1,263.89  
297
  DAMD17-91-C-1139   P   Co   3/1/01   Compaq Deskpro EN     1,263.89  
298
  DAMD17-91-C-1139   P   Co   3/1/01   Computer     1,263.89  
299
  DAMD17-91-C-1139   P   Co   3/1/01   Computers for PAI Workroom     1,263.89  
300
  DAMD17-91-C-1139   P   Co   3/1/01   Computers for PAI Workroom     1,263.89  
301
  DAMD17-91-C-1139   P   Co   3/1/01   Computer     1,263.91  
314
  DAMD17-91-C-1139   P   Co   4/1/01   Monitor     186.00  
315
  DAMD17-91-C-1139   P   Co   4/1/01   Monitor     186.00  
316
  DAMD17-91-C-1139   P   Co   4/1/01   Monitor     186.00  
317
  DAMD17-91-C-1139   P   Co   4/1/01   Monitor     186.00  
318
  DAMD17-91-C-1139   P   Co   4/1/01   Monitor     186.00  
325
  DAMD17-91-C-1139   P   Co   4/1/01   Monitor     186.00  
319
  DAMD17-91-C-1139   P   Co   4/1/01   Computer Systems     1,017.50  
320
  DAMD17-91-C-1139   P   Co   4/1/01   Computer Systems     1,017.50  
321
  DAMD17-91-C-1139   P   Co   4/1/01   Computer Systems     1,017.50  
322
  DAMD17-91-C-1139   P   Co   4/1/01   Computer Systems     1,017.50  
323
  DAMD17-91-C-1139   P   Co   4/1/01   Computer Systems     1,017.50  
324
  DAMD17-91-C-1139   P   Co   4/1/01   Computer Systems     1,017.50  

 


 

                             
Contract       P   Acquisition           Tax
Sys No   #   T   Class   Date   Description   Acq Value
311
  DAMD17-91-C-1139   P   Co   4/1/01   Server-Snap for PAI Workroom     2,405.00  
312
  DAMD17-91-C-1139   P   Co   4/1/01   Server-Snap for PAI Workroom     2,405.00  
336
  DAMD17-91-C-1139   P   Co   5/1/01   All in one Printer Fax Copier     784.00  
334
  DAMD17-91-C-1139   P   Co   6/1/01   UPS for Domain Controller     16,075.32  
335
  DAMD17-91-C-1139   P   Co   6/1/01   UPS for Domain Controller     16,075.32  
376
  DAMD17-91-C-1139   P   Co   7/1/01   IS Monitor     897.23  
588
  DAMD17-91-C-1139   P   Co   8/24/01   Developer Server     4,024.41  
417
  DAMD17-91-C-1139   P   Co   8/29/01   PowerEdge 700MHZ     10,310.28  
684
  DAMD17-91-C-1139   P   Co   11/1/01   Dell Optiplex GX 240 Small Mini Tower     1,430.83  
685
  DAMD17-91-C-1139   P   Co   11/1/01   Dell Optiplex GX 240 Small Mini Tower     1,430.83  
686
  DAMD17-91-C-1139   P   Co   11/1/01   Dell Optiplex GX 240 Small Mini Tower     1,430.83  
421
  DAMD17-91-C-1139   P   Co   11/1/01   Dell Optiplex GX 240 Small Mini Tower     1,430.83  
407
  DAMD17-91-C-1139   P   Co   11/2/01   Security System Multiplexer     2,313.18  
405
  DAMD17-91-C-1139   P   Co   11/26/01   Dell Optiplex GX 240 Small Mini Tower     1,213.91  
409
  DAMD17-91-C-1139   P   Co   11/28/01   Closed Circuit TV System     157,025.57  
562
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 1700 Router     1,066.36  
576
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3512 Network Switch     2,065.97  
577
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3512 Network Switch     2,065.97  
578
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3512 Network Switch     2,065.97  
570
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3512 Network Switch     2,065.97  
571
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3512 Network Switch     2,065.97  
572
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3512 Network Switch     2,065.97  
573
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3512 Network Switch     2,065.97  
574
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3512 Network Switch     2,065.97  
575
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3512 Network Switch     2,065.97  
563
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3524 Network Switch     2,507.57  
564
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3524 Network Switch     2,507.57  
565
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3524 Network Switch     2,507.57  
566
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3524 Network Switch     2,507.57  
567
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3524 Network Switch     2,507.57  
568
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3524 Network Switch     2,507.57  
569
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3524 Network Switch     2,507.57  
581
  DAMD17-91-C-1139   P   Co   1/11/02   Pix Firewall 515 FO-Bun     2,552.97  
551
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3548 Network Switch     4,216.48  
552
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3548 Network Switch     4,216.48  
553
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3548 Network Switch     4,216.48  
554
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3548 Network Switch     4,216.48  
555
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3548 Network Switch     4,216.48  
556
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3548 Network Switch     4,216.48  
557
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3548 Network Switch     4,216.48  
558
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3548 Network Switch     4,216.48  
559
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3548 Network Switch     4,216.48  
560
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3548 Network Switch     4,216.48  
561
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 3548 Network Switch     4,216.48  
579
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco 6509 Switch     10,005.27  
580
  DAMD17-91-C-1139   P   Co   1/11/02   Pix Firewall 515UR     10,212.90  

 


 

                             
Contract       P   Acquisition           Tax
Sys No   #   T   Class   Date   Description   Acq Value
582
  DAMD17-91-C-1139   P   Co   1/11/02   URT Policy Server 100Series     10,636.37  
583
  DAMD17-91-C-1139   P   Co   1/11/02   URT Policy Server 1100Series     10,636.37  
550
  DAMD17-91-C-1139   P   Co   1/11/02   Cisco Intrusion Detection System 4210     12,416.38  
490
  DAMD17-91-C-1139   P   Co   1/24/02   Flat Panel 340 Minitower Monitor 1702FD     274.54  
498
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
499
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
500
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
501
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
502
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
503
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
504
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
505
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
506
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
507
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
508
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
509
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
510
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
511
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
512
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
513
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
514
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
515
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
516
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
517
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
518
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
519
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
520
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
521
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
522
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
523
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
524
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
525
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
526
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
527
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
528
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
529
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
530
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
531
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
532
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
533
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
534
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
535
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
536
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
537
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
538
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
539
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  

 


 

                             
Contract       P   Acquisition           Tax
Sys No   #   T   Class   Date   Description   Acq Value
540
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
541
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
542
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
543
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
544
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
545
  DAMD17-91-C-1139   P   Co   1/24/02   Dell P793 Monitor     274.54  
492
  DAMD17-91-C-1139   P   Co   1/24/02   17” P793 Monitor     296.64  
493
  DAMD17-91-C-1139   P   Co   1/24/02   17” P793 Monitor     296.64  
494
  DAMD17-91-C-1139   P   Co   1/24/02   19” P992 Monitor     451.64  
495
  DAMD17-91-C-1139   P   Co   1/24/02   19” P992 Monitor     451.64  
496
  DAMD17-91-C-1139   P   Co   1/24/02   19” P992 Monitor     451.64  
497
  DAMD17-91-C-1139   P   Co   1/24/02   19” P992 Monitor     451.64  
440
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
441
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
442
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
443
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
444
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
445
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
446
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
447
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
448
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
449
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
450
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
451
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
452
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
453
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
454
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
455
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
456
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
457
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
458
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
459
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
460
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
461
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
462
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
463
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
464
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
465
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
466
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
467
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
468
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
469
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
470
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
471
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
472
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
473
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  

 


 

                             
Contract       P   Acquisition           Tax
Sys No   #   T   Class   Date   Description   Acq Value
474
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
475
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
476
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
477
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
478
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
479
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
480
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
481
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
482
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
483
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
484
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
485
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
486
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
487
  DAMD17-91-C-1139   P   Co   1/24/02   Dell Optiplex GX 240 Small Mini Tower     974.14  
491
  DAMD17-91-C-1139   P   Co   1/24/02   Precision 340 Minitower Workstation-Labwatch Sy     1,629.21  
599
  DAMD17-91-C-1139   P   Co   1/31/02   Exchange Bundle Media Kin     20.00  
598
  DAMD17-91-C-1139   P   Co   1/31/02   Server     4,837.49  
639
  DAMD17-91-C-1139   P   Co   2/28/02   Security System Workstation (CPU)     4,274.89  
602
  DAMD17-91-C-1139   P   Co   2/28/02   Security System Workstation (Monitor)     4,274.90  
628
  DAMD17-91-C-1139   P   Co   3/29/02   Plain-paper Impact printer     448.88  
671
  DAMD17-91-C-1139   P   Co   3/29/02   Maintenance Agreement     25,725.70  
673
  DAMD17-91-C-1139   P   Co   3/29/02   Computer Services     31,225.24  
672
  DAMD17-91-C-1139   P   Co   3/29/02   Computer Supplies     134,486.81  
636
  DAMD17-91-C-1139   P   Co   4/12/02   Dell Optiplex GX 240 Small Mini Tower     1,786.09  
621
  DAMD17-91-C-1139   P   Co   4/12/02   Profile 3 SE     1,934.00  
772
  DAMD17-91-C-1139   P   Co   7/1/02   17” P793 Monitor     482.29  
773
  DAMD17-91-C-1139   P   Co   7/1/02   17” P793 Monitor     482.29  
774
  DAMD17-91-C-1139   P   Co   7/1/02   17” P793 Monitor     482.29  
775
  DAMD17-91-C-1139   P   Co   7/1/02   17” P793 Monitor     482.29  
776
  DAMD17-91-C-1139   P   Co   7/1/02   17” P793 Monitor     482.29  
777
  DAMD17-91-C-1139   P   Co   7/1/02   17” P793 Monitor     482.29  
778
  DAMD17-91-C-1139   P   Co   7/1/02   17” P793 Monitor     482.29  
779
  DAMD17-91-C-1139   P   Co   7/1/02   17” P793 Monitor     482.29  
780
  DAMD17-91-C-1139   P   Co   7/1/02   17” P793 Monitor     482.30  
781
  DAMD17-91-C-1139   P   Co   7/1/02   17” P793 Monitor     482.30  
762
  DAMD17-91-C-1139   P   Co   7/1/02   Dell Optiplex GX 240 Small Mini Tower     1,181.91  
763
  DAMD17-91-C-1139   P   Co   7/1/02   Dell Optiplex GX 240 Small Mini Tower     1,181.91  
764
  DAMD17-91-C-1139   P   Co   7/1/02   Dell Optiplex GX 240 Small Mini Tower     1,181.91  
765
  DAMD17-91-C-1139   P   Co   7/1/02   Dell Optiplex GX 240 Small Mini Tower     1,181.91  
766
  DAMD17-91-C-1139   P   Co   7/1/02   Dell Optiplex GX 240 Small Mini Tower     1,181.91  
767
  DAMD17-91-C-1139   P   Co   7/1/02   Dell Optiplex GX 240 Small Mini Tower     1,181.91  
768
  DAMD17-91-C-1139   P   Co   7/1/02   Dell Optiplex GX 240 Small Mini Tower     1,181.91  
769
  DAMD17-91-C-1139   P   Co   7/1/02   Dell Optiplex GX 240 Small Mini Tower     1,181.91  
770
  DAMD17-91-C-1139   P   Co   7/1/02   Dell Optiplex GX 240 Small Mini Tower     1,181.91  
771
  DAMD17-91-C-1139   P   Co   7/1/02   Dell Optiplex GX 240 Small Mini Tower     1,181.91  
805
  DAMD17-91-C-1139   P   Co   9/1/02   Staging Server-Sandbox     4,091.61  

 


 

                             
Contract       P   Acquisition           Tax
Sys No   #   T   Class   Date   Description   Acq Value
806
  DAMD17-91-C-1139   P   Co   9/1/02   Network Back Up     4,516.82  
 
                           
812
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
813
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
814
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
815
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
816
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
817
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
818
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
819
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
820
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
821
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
822
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
823
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
824
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
825
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
826
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
827
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
828
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
829
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
830
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
831
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
832
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
833
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
834
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
835
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
836
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
837
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
838
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
839
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
840
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
841
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
842
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
843
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
844
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
845
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
846
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
847
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
848
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
849
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
850
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
851
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
852
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
853
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
854
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
855
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
 
                           

 


 

                             
Contract       P   Acquisition           Tax
Sys No   #   T   Class   Date   Description   Acq Value
856
  DAMD17-91-C-1139   P   Co   10/1/02   Dell P793 Monitor     350.26  
857
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.94  
858
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.94  
859
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.94  
860
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.94  
861
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
862
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
863
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
864
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
865
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
866
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
867
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
868
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
869
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
870
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
871
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
872
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
873
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
874
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
875
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
876
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
877
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
878
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
879
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
880
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
881
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
882
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
883
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
884
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
885
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
886
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
887
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
888
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
889
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
890
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
891
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
892
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
893
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
894
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
895
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
896
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
897
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
898
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
899
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
900
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  
901
  DAMD17-91-C-1139   P   Co   10/1/02   Dell Optiplex GX 240 Small Mini Tower     1,250.95  

 


 

                             
Contract       P   Acquisition           Tax
Sys No   #   T   Class   Date   Description   Acq Value
922
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
923
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
924
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
925
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
926
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
927
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
928
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
929
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
930
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
931
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
932
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
933
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
934
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
935
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
936
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
937
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
938
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
939
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
940
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
941
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
942
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
943
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
944
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
945
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
946
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
947
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
948
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
949
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
950
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
951
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
952
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
953
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
954
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
990
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
991
  DAMD17-91-C-1139   P   Co   5/1/03   Dell M782 Monitor     350.00  
958
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
959
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
960
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
961
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
962
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
963
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
964
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
965
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
966
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
967
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
968
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  

 


 

                             
Contract       P   Acquisition           Tax  
Sys No   #   T   Class   Date   Description   Acq Value  
969
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
970
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
971
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
972
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
973
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
974
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
975
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
976
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
977
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
978
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
979
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
980
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
981
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
982
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
983
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
984
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
985
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
986
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
987
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
989
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
988
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.08  
955
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.09  
956
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.09  
957
  DAMD17-91-C-1139   P   Co   5/1/03   Dell Optiplex GX 240 Small Mini Tower     1,230.09  
Class=
  Co                       127,357.24  
 
SubTotal:
                        (40,000.00 )
 
                        (6,528.00 )
 
                        1,225.98  
 
 
                        1,408,629.95  
 
                         
35
  DAMD17-91-C-1139   P   Eq   9/1/93   Refrigerator     530.00  
40
  DAMD17-91-C-1139   P   Eq   9/1/93   Chart recorder     1,071.43  
41
  DAMD17-91-C-1139   P   Eq   9/1/93   Chart recorder     1,071.43  
42
  DAMD17-91-C-1139   P   Eq   9/1/93   Chart recorder     1,071.43  
43
  DAMD17-91-C-1139   P   Eq   9/1/93   Chart recorder     1,071.43  
44
  DAMD17-91-C-1139   P   Eq   9/1/93   Chart recorder     1,071.43  
45
  DAMD17-91-C-1139   P   Eq   9/1/93   Chart recorder     1,071.43  
46
  DAMD17-91-C-1139   P   Eq   9/1/93   Chart recorder     1,071.43  
34
  DAMD17-91-C-1139   P   Eq   9/1/93   Incubator     2,600.00  

 


 

                             
Contract       P   Acquisition           Tax  
Sys No   #   T   Class   Date   Description   Acq Value  
61
  DAMD17-91-C-1139   P   Eq   9/1/93   Radios     3,375.00  
37
  DAMD17-91-C-1139   P   Eq   9/1/93   6’ Biological Safety Cabinet     9,800.00  
49
  DAMD17-91-C-1139   P   Eq   9/1/93   Cages and racks     12,750.00  
50
  DAMD17-91-C-1139   P   Eq   9/1/93   Cages and racks     12,750.00  
33
  DAMD17-91-C-1139   P   Eq   9/1/93   Biocontainment Hood - 8’ Biological Safety Cabine     18,500.00  
57
  DAMD17-91-C-1139   P   Eq   9/1/93   Wire security carts     19,681.00  
53
  DAMD17-91-C-1139   P   Eq   9/1/93   Labeler     27,415.00  
39
  DAMD17-91-C-1139   P   Eq   9/1/93   Cagewasher     41,600.00  
38
  DAMD17-91-C-1139   P   Eq   9/1/93   Small Autoclave     61,300.00  
36
  DAMD17-91-C-1139   P   Eq   9/1/93   Large Autoclave     124,400.00  
48
  DAMD17-91-C-1139   P   Eq   9/1/93   5 Animal Cubicles     130,000.00  
58
  DAMD17-91-C-1139   P   Eq   9/1/93   Vial Capper     132,977.00  
60
  DAMD17-91-C-1139   P   Eq   9/1/93   Tray Loader     132,977.00  
62
  DAMD17-91-C-1139   P   Eq   9/1/93   Diesel generator, fuel tank, conduit and wiring     175,000.00  
51
  DAMD17-91-C-1139   P   Eq   9/1/93   Cartoner     242,260.00  
83
  DAMD17-91-C-1139   P   Eq   9/1/97   WFI Heat Exchanger     3,715.00  
80
  DAMD17-91-C-1139   P   Eq   9/1/97   WFI Pump     4,405.00  
81
  DAMD17-91-C-1139   P   Eq   9/1/97   WFI Pump     4,405.00  
93
  DAMD17-91-C-1139   P   Eq   9/1/97   Air Handling Unit     7,012.00  
89
  DAMD17-91-C-1139   P   Eq   9/1/97   WFI Heat Exchanger     10,890.00  
92
  DAMD17-91-C-1139   P   Eq   9/1/97   Vertical Conveyor     14,000.00  
84
  DAMD17-91-C-1139   P   Eq   9/1/97   WFI Storage Tanks     17,933.00  
94
  DAMD17-91-C-1139   P   Eq   9/1/97   Air Handling (Condensing) Unit     17,950.00  
87
  DAMD17-91-C-1139   P   Eq   9/1/97   Clean in place piping     18,750.00  
90
  DAMD17-91-C-1139   P   Eq   9/1/97   SIP Station and Piping     20,000.00  
88
  DAMD17-91-C-1139   P   Eq   9/1/97   Clean Steam Distribution Piping     25,000.00  
85
  DAMD17-91-C-1139   P   Eq   9/1/97   WFI Cooling System     26,122.00  
82
  DAMD17-91-C-1139   P   Eq   9/1/97   Clean Steam Generator     78,628.00  
91
  DAMD17-91-C-1139   P   Eq   9/1/97   Clean Steam Generator     125,875.00  
86
  DAMD17-91-C-1139   P   Eq   9/1/97   Clean in Place Skid (Pump, Heat Exchanger, Electri     174,066.00  
79
  DAMD17-91-C-1139   P   Eq   9/1/97   eGMP Autoclave     186,900.00  
130
  DAMD17-91-C-1139   P   Eq   9/1/98   Water closet     150.00  
391
  DAMD17-91-C-1139   P   Eq   9/1/98   Lavatory (2)     300.00  
115
  DAMD17-91-C-1139   P   Eq   9/1/98   sinks (2)     300.00  
127
  DAMD17-91-C-1139   P   Eq   9/1/98   Hot water heater     450.00  
390
  DAMD17-91-C-1139   P   Eq   9/1/98   Mop Receptor     500.00  
133
  DAMD17-91-C-1139   P   Eq   9/1/98   heat water pump     700.00  
116
  DAMD17-91-C-1139   P   Eq   9/1/98   air separator     800.00  
109
  DAMD17-91-C-1139   P   Eq   9/1/98   Emergency Shower/Eyebath     900.00  
135
  DAMD17-91-C-1139   P   Eq   9/1/98   hot water reticulator     1,300.00  
129
  DAMD17-91-C-1139   P   Eq   9/1/98   Expansion tank     1,500.00  
132
  DAMD17-91-C-1139   P   Eq   9/1/98   by-pass chemical feeder     1,800.00  
112
  DAMD17-91-C-1139   P   Eq   9/1/98   Glove extenders for rigid and flex wall systems     1,800.00  
134
  DAMD17-91-C-1139   P   Eq   9/1/98   steam condensate pump     2,200.00  
97
  DAMD17-91-C-1139   P   Eq   9/1/98   2 Undercounter Refrigerators     2,848.00  
128
  DAMD17-91-C-1139   P   Eq   9/1/98   Heat Exchangers (3)     3,000.00  

 


 

                             
Contract       P   Acquisition           Tax  
Sys No   #   T   Class   Date   Description   Acq Value  
136
  DAMD17-91-C-1139   P   Eq   9/1/98   Nitrogen regulator     3,000.00  
137
  DAMD17-91-C-1139   P   Eq   9/1/98   CO2 regulator     3,000.00  
392
  DAMD17-91-C-1139   P   Eq   9/1/98   Double Sink (Stainless)     3,000.00  
106
  DAMD17-91-C-1139   P   Eq   9/1/98   Folding Lockable Carts     3,580.00  
103
  DAMD17-91-C-1139   P   Eq   9/1/98   Horizontal Laminat Flow Hood     4,870.00  
111
  DAMD17-91-C-1139   P   Eq   9/1/98   Sterility Isolator — Air Handling System     5,573.00  
102
  DAMD17-91-C-1139   P   Eq   9/1/98   Biosafety Cabinet     6,709.00  
131
  DAMD17-91-C-1139   P   Eq   9/1/98   Jacket Water reservoir     8,000.00  
101
  DAMD17-91-C-1139   P   Eq   9/1/98   Reach-in refrigerators (2)     9,784.00  
121
  DAMD17-91-C-1139   P   Eq   9/1/98   New panel for EMS, Honeywell     10,133.00  
126
  DAMD17-91-C-1139   P   Eq   9/1/98   AHU 4     11,000.00  
114
  DAMD17-91-C-1139   P   Eq   9/1/98   Stainless steel benchwork, racks and tables     17,670.00  
123
  DAMD17-91-C-1139   P   Eq   9/1/98   Bag-in/Bag-out filters     18,395.00  
113
  DAMD17-91-C-1139   P   Eq   9/1/98   Laboratory Casework (Stainless Steel)     18,950.00  
107
  DAMD17-91-C-1139   P   Eq   9/1/98   AHU 5 Air Handling Unit     19,787.50  
108
  DAMD17-91-C-1139   P   Eq   9/1/98   AHU 7 Air Handling Unit     19,787.50  
674
  DAMD17-91-C-1139   P   Eq   9/1/98   Standard Guinea Pig Unit     20,100.00  
95
  DAMD17-91-C-1139   P   Eq   9/1/98   Standard Guinea Pig Unit     20,100.00  
393
  DAMD17-91-C-1139   P   Eq   9/1/98   Process Chiller     23,000.00  
98
  DAMD17-91-C-1139   P   Eq   9/1/98   Holding tank     26,468.00  
125
  DAMD17-91-C-1139   P   Eq   9/1/98   Carbon Filter, Building 16, Penthouse     26,700.00  
122
  DAMD17-91-C-1139   P   Eq   9/1/98   AHU-3     28,875.00  
96
  DAMD17-91-C-1139   P   Eq   9/1/98   SE Recruiting Water System     34,825.43  
104
  DAMD17-91-C-1139   P   Eq   9/1/98   5 tanks — retrofit old tanks     72,677.54  
100
  DAMD17-91-C-1139   P   Eq   9/1/98   Glassware washer/dryer     76,656.00  
99
  DAMD17-91-C-1139   P   Eq   9/1/98   GMP autoclave     136,225.00  
110
  DAMD17-91-C-1139   P   Eq   9/1/98   Barrior Isolation Units and VHP Generator     189,000.00  
147
  DAMD17-91-C-1139   P   Eq   9/1/99   Lockable Cages     530.00  
911
  DAMD17-91-C-1139   P   Eq   9/1/99   Lockable Cages     530.00  
912
  DAMD17-91-C-1139   P   Eq   9/1/99   Lockable Cages     530.00  
913
  DAMD17-91-C-1139   P   Eq   9/1/99   Lockable Cages     530.00  
914
  DAMD17-91-C-1139   P   Eq   9/1/99   Lockable Cages     530.00  
915
  DAMD17-91-C-1139   P   Eq   9/1/99   Lockable Cages     530.00  
916
  DAMD17-91-C-1139   P   Eq   9/1/99   Lockable Cages     530.00  
917
  DAMD17-91-C-1139   P   Eq   9/1/99   Lockable Cages     530.00  
918
  DAMD17-91-C-1139   P   Eq   9/1/99   Lockable Cages     530.00  
919
  DAMD17-91-C-1139   P   Eq   9/1/99   Lockable Cages     530.00  
148
  DAMD17-91-C-1139   P   Eq   9/1/99   Sterility Isolator Parts     6,702.55  
145
  DAMD17-91-C-1139   P   Eq   9/1/99   6 SS difuseable pans     8,820.00  
146
  DAMD17-91-C-1139   P   Eq   9/1/99   hood and bench laminar flow     9,224,35  
144
  DAMD17-91-C-1139   P   Eq   9/1/99   Redundant HVAC BL-3     31,919.00  
262
  DAMD17-91-C-1139   P   Eq   3/1/00   Eppendorf CH-500 Column Heater     2,225.36  
259
  DAMD17-91-C-1139   P   Eq   3/1/00   Eppendorf Centrifuge 5417R w/rotor     5,357.00  
260
  DAMD17-91-C-1139   P   Eq   3/1/00   Eppendorf Centrifuge 5417R w/rotor     5,357.00  
254
  DAMD17-91-C-1139   P   Eq   3/1/00   96 Well Plate Washer     7,229.16  
266
  DAMD17-91-C-1139   P   Eq   3/1/00   Imaging Densiometer     11,500.09  

 


 

                             
Contract       P   Acquisition           Tax  
Sys No   #   T   Class   Date   Description   Acq Value  
255
  DAMD17-91-C-1139   P   Eq   4/1/00   BioChemistry Analyzer     11,865.00  
256
  DAMD17-91-C-1139   P   Eq   6/1/00   Control Box & Digital Display for Steinmixer     1,504.93  
257
  DAMD17-91-C-1139   P   Eq   6/1/00   Control Box & Digital Display for Steinmixer     1,504.94  
258
  DAMD17-91-C-1139   P   Eq   6/1/00   Control Box & Digital Display for Steinmixer     1,504.94  
159
  DAMD17-91-C-1139   P   Eq   7/1/00   SL Stainless Pressure Vessel     1,226.65  
162
  DAMD17-91-C-1139   P   Eq   7/1/00   SL Stainless Pressure Vessel     1,226.65  
163
  DAMD17-91-C-1139   P   Eq   7/1/00   SL Stainless Pressure Vessel     1,226.65  
149
  DAMD17-91-C-1139   P   Eq   7/1/00   Standard Guinea Pig Unit & Watering Unit     3,789.90  
150
  DAMD17-91-C-1139   P   Eq   7/1/00   Standard Guinea Pig Unit & Watering Unit     3,789.90  
151
  DAMD17-91-C-1139   P   Eq   7/1/00   Standard Guinea Pig Unit & Watering Unit     3,789.90  
152
  DAMD17-91-C-1139   P   Eq   7/1/00   Standard Guinea Pig Unit & Watering Unit     3,789.90  
153
  DAMD17-91-C-1139   P   Eq   7/1/00   Standard Guinea Pig Unit & Watering Unit     3,789.90  
160
  DAMD17-91-C-1139   P   Eq   8/1/00   Pen & Multichannel Recorder & Enclosure     1,940.00  
161
  DAMD17-91-C-1139   P   Eq   8/1/00   Pen & Multichannel Recorder & Enclosure     2,950.00  
167
  DAMD17-91-C-1139   P   Eq   8/1/00   150L Holding Tank     26,434.44  
168
  DAMD17-91-C-1139   P   Eq   8/1/00   150L Holding Tank     26,434.44  
169
  DAMD17-91-C-1139   P   Eq   8/1/00   SIP Lead Equipment     45,257.61  
166
  DAMD17-91-C-1139   P   Eq   8/1/00   Vial Washer GW24     64,434.00  
164
  DAMD17-91-C-1139   P   Eq   9/1/00   SAIP Filling & Packaging Project     59,759.13  
350
  DAMD17-91-C-1139   P   Eq   10/1/00   Temperature Carts for Redundancy Filling and Packs     7,738.84  
351
  DAMD17-91-C-1139   P   Eq   10/1/00   Temperature Carts for Redundancy Filling and Packs     7,738.84  
352
  DAMD17-91-C-1139   P   Eq   10/1/00   Temperature Carts for Redundancy Filling and Packs     7,738.84  
353
  DAMD17-91-C-1139   P   Eq   10/1/00   Temperature Carts for Redundancy Filling and Packs     7,738.84  
354
  DAMD17-91-C-1139   P   Eq   10/1/00   Temperature Carts for Redundancy Filling and Packs     7,738.84  
247
  DAMD17-91-C-1139   P   Eq   10/1/00   5 Cages for transportation to Contract Filler     15,084.06  
248
  DAMD17-91-C-1139   P   Eq   10/1/00   5 Cages for transportation to Contract Filler     15,084.06  
249
  DAMD17-91-C-1139   P   Eq   10/1/00   5 Cages for transportation to Contract Filler     15,084.06  
250
  DAMD17-91-C-1139   P   Eq   10/1/00   5 Cages for transportation to Contract Filler     15,084.06  
251
  DAMD17-91-C-1139   P   Eq   10/1/00   5 Cages for transportation to Contract Filler     15,084.06  
245
  DAMD17-91-C-1139   P   Eq   11/1/00   Heat Exchange Redesign     28,533.31  
158
  DAMD17-91-C-1139   P   Eq   12/1/00   Standard Guinea Pig Unit & Watering Unit     4,402.26  
154
  DAMD17-91-C-1139   P   Eq   12/1/00   Standard Guinea Pig Unit & Watering Unit     4,402.27  
155
  DAMD17-91-C-1139   P   Eq   12/1/00   Standard Guinea Pig Unit & Watering Unit     4,402.27  
156
  DAMD17-91-C-1139   P   Eq   12/1/00   Standard Guinea Pig Unit & Watering Unit     4,402.27  
157
  DAMD17-91-C-1139   P   Eq   12/1/00   Standard Guinea Pig Unit & Watering Unit     4,402.27  
355
  DAMD17-91-C-1139   P   Eq   1/1/01   Kjeldahl digestion apparatus, rotary base     1,810.00  
356
  DAMD17-91-C-1139   P   Eq   3/1/01   Rapid Still 1, Labonco     2,850.00  
333
  DAMD17-91-C-1139   P   Eq   4/1/01   Trash Pump     1,088.57  
313
  DAMD17-91-C-1139   P   Eq   4/1/01   Mini Neph Unit and Printer     3,357.50  
329
  DAMD17-91-C-1139   P   Eq   4/1/01   Fermentor Datalogger     5,870.85  
328
  DAMD17-91-C-1139   P   Eq   4/1/01   ExMark Mower     8,914.54  
339
  DAMD17-91-C-1139   P   Eq   5/1/01   Honeywell Chart Recorder     2,114.89  
338
  DAMD17-91-C-1139   P   Eq   5/1/01   Honeywell Chart Recorder     2,114.90  
357
  DAMD17-91-C-1139   P   Eq   5/1/01   Flange Fitness Gauge     4,129.00  
332
  DAMD17-91-C-1139   P   Eq   5/1/01   Centrifuge with Rotor and Microplus Carriers     7,908.25  
342
  DAMD17-91-C-1139   P   Eq   5/1/01   Machining of Formulation Tanks Project 211     32,138.82  

 


 

                             
Contract       P   Acquisition           Tax  
Sys No   #   T   Class   Date   Description   Acq Value  
331
  DAMD17-91-C-1139   P   Eq   5/1/01   TOC Analyzer     33,621.26  
337
  DAMD17-91-C-1139   P   Eq   5/1/01   Building 1 Air Conditioning Unit     92,633.24  
330
  DAMD17-91-C-1139   P   Eq   6/1/01   Chryo Freezer     13,962.33  
340
  DAMD17-91-C-1139   P   Eq   6/1/01   Stability Chamber     17,906.00  
341
  DAMD17-91-C-1139   P   Eq   6/1/01   Stability Chamber     17,906.00  
364
  DAMD17-91-C-1139   P   Eq   7/1/01   Fuel Tank     2,236.81  
365
  DAMD17-91-C-1139   P   Eq   7/1/01   Stainless Steel Carts     7,248.00  
367
  DAMD17-91-C-1139   P   Eq   7/1/01   RO System Move to Bld 30     199,603.53  
584
  DAMD17-91-C-1139   P   Eq   8/15/01   Undercounter Refrigerator     747.00  
585
  DAMD17-91-C-1139   P   Eq   8/21/01   Automatic Polarimeter     19,465.00  
587
  DAMD17-91-C-1139   P   Eq   8/30/01   Sanitary Conical Tank     2,838.68  
384
  DAMD17-91-C-1139   P   Eq   9/1/01   Clean Steam Generators Outlet Piping Modification     12,260.00  
589
  DAMD17-91-C-1139   P   Eq   9/10/01   Compressor for Building 45     4,067.00  
586
  DAMD17-91-C-1139   P   Eq   9/25/01   Ice Flaker     2,180.00  
638
  DAMD17-91-C-1139   P   Eq   10/1/01   Repair to Forklift Mast System     1,245.49  
403
  DAMD17-91-C-1139   P   Eq   10/1/01   GPS System for contract filler truck     2,212.00  
809
  DAMD17-91-C-1139   P   Eq   10/1/01   Hollister Stier-Vial Rinser     5,300.00  
394
  DAMD17-91-C-1139   P   Eq   10/1/01   Security Related Equipment     22,809.97  
810
  DAMD17-91-C-1139   P   Eq   10/1/01   Hollister Stier-Filling Pumps     35,000.00  
811
  DAMD17-91-C-1139   P   Eq   10/1/01   Hollister Stier-Ultrasonic Bath     44,343.00  
808
  DAMD17-91-C-1139   P   Eq   10/1/01   Hollister Stier-Cold Room     136,740.00  
396
  DAMD17-91-C-1139   P   Eq   10/25/01   Refrigerator     2,986.90  
397
  DAMD17-91-C-1139   P   Eq   10/25/01   Haske Bath     3,017.71  
395
  DAMD17-91-C-1139   P   Eq   10/25/01   Incubator     3,987.00  
406
  DAMD17-91-C-1139   P   Eq   11/7/01   Condensate Tanks     11,780.00  
414
  DAMD17-91-C-1139   P   Eq   11/8/01   Tube Bender     5,275.08  
404
  DAMD17-91-C-1139   P   Eq   11/20/01   AVA Kill Tank System     5,763.03  
412
  DAMD17-91-C-1139   P   Eq   12/1/01   Pipe Rack Modifications     29,728.12  
411
  DAMD17-91-C-1139   P   Eq   12/1/01   Modifications to Trains 2, 3, 4     77,813.20  
429
  DAMD17-91-C-1139   P   Eq   12/3/01   Micro Kheldahl     1,349.92  
430
  DAMD17-91-C-1139   P   Eq   12/3/01   Micro Kjeldahl     1,349.92  
431
  DAMD17-91-C-1139   P   Eq   12/3/01   Micro Kjeldahl     2,091.18  
426
  DAMD17-91-C-1139   P   Eq   12/18/01   Micro Kjeldahl Distillation     2,035.97  
427
  DAMD17-91-C-1139   P   Eq   12/18/01   Micro Kjeldahl Distillation     2,035.97  
428
  DAMD17-91-C-1139   P   Eq   12/18/01   Micro Kjeldahl Distillation     2,035.97  
416
  DAMD17-91-C-1139   P   Eq   12/31/01   Nikon Eclipse E400     7,245.26  
593
  DAMD17-91-C-1139   P   Eq   1/1/02   Building #12 Fermentation Room Camera     8,642.00  
547
  DAMD17-91-C-1139   P   Eq   1/8/02   Undercounter Continental Refrigerator 7.4cft     1,727.26  
434
  DAMD17-91-C-1139   P   Eq   1/8/02   Bench Top Incubator Shaker     5,160.00  
433
  DAMD17-91-C-1139   P   Eq   1/8/02   Artel Pipette Calibration System     8,105.62  
435
  DAMD17-91-C-1139   P   Eq   1/8/02   Incubator Shaker     8,930.00  
438
  DAMD17-91-C-1139   P   Eq   1/21/02   UV1201 SCP Printer Kit     1,189.06  
439
  DAMD17-91-C-1139   P   Eq   1/21/02   UV1201 SCP Printer Kit     1,189.06  
436
  DAMD17-91-C-1139   P   Eq   1/21/02   UV1201 Spectrophotometer     5,371.56  
437
  DAMD17-91-C-1139   P   Eq   1/21/02   UV1201 Spectrophotometer     5,371.56  
600
  DAMD17-91-C-1139   P   Eq   1/31/02   Tunnel Camera and Motion Units     66,109.02  

 


 

                             
Contract       P   Acquisition           Tax  
Sys No   #   T   Class   Date   Description   Acq Value  
603
  DAMD17-91-C-1139   P   Eq   1/31/02   Trailer for Contract Filler     85,145.82  
601
  DAMD17-91-C-1139   P   Eq   1/31/02   Fire Alarm System Upgrade     273,375.00  
606
  DAMD17-91-C-1139   P   Eq   2/28/02   Locknetics Prox Cipher Locks     8,000.00  
595
  DAMD17-91-C-1139   P   Eq   2/28/02   EMS System Upgrade (1of3 Stations)     9,623.32  
640
  DAMD17-91-C-1139   P   Eq   2/28/02   EMS System Upgrade (2of3 Stations)     9,623.34  
641
  DAMD17-91-C-1139   P   Eq   2/28/02   EMS System Upgrade (3of3 Stations)     9,623.34  
902
  DAMD17-91-C-1139   P   Eq   3/1/02   300 Liter Formulation Tank     65,883.23  
903
  DAMD17-91-C-1139   P   Eq   3/1/02   300 Liter Formulation Tank     65,883.23  
904
  DAMD17-91-C-1139   P   Eq   3/1/02   300 Liter Formulation Tank     65,883.23  
905
  DAMD17-91-C-1139   P   Eq   3/1/02   300 Liter Formulation Tank     65,883.23  
615
  DAMD17-91-C-1139   P   Eq   3/1/02   300 Liter Formulation Tank     65,883.24  
614
  DAMD17-91-C-1139   P   Eq   3/1/02   Water for Injection (WFI) Capacity Improvement P     115,000.00  
622
  DAMD17-91-C-1139   P   Eq   3/29/02   SMA Portable Compressed Air Sampler     1,126.95  
627
  DAMD17-91-C-1139   P   Eq   3/29/02   Benchtop pH/temp/MV Meter (model 390)     1,221.57  
630
  DAMD17-91-C-1139   P   Eq   3/29/02   Standard Guinea Pig Unit     3,787.50  
631
  DAMD17-91-C-1139   P   Eq   3/29/02   Standard Guinea Pig Unit     3,787.50  
632
  DAMD17-91-C-1139   P   Eq   3/29/02   Standard Guinea Pig Unit     3,787.50  
633
  DAMD17-91-C-1139   P   Eq   3/29/02   Standard Guinea Pig Unit     3,787.50  
634
  DAMD17-91-C-1139   P   Eq   3/29/02   Standard Guinea Pig Unit     3,787.50  
635
  DAMD17-91-C-1139   P   Eq   3/29/02   Standard Guinea Pig Unit     3,787.50  
626
  DAMD17-91-C-1139   P   Eq   3/29/02   Spot Insight Color “C” Mount Camera     3,877.43  
624
  DAMD17-91-C-1139   P   Eq   3/29/02   1240 Spectrophotometer     5,258.25  
625
  DAMD17-91-C-1139   P   Eq   3/29/02   Nikon E400 Microscope     6,541.78  
623
  DAMD17-91-C-1139   P   Eq   3/29/02   PR Wire/elx 405 VR Plate Washer & Reader     28,571.25  
605
  DAMD17-91-C-1139   P   Eq   3/29/02   D1 Water Skid     114,375.11  
637
  DAMD17-91-C-1139   P   Eq   3/29/02   PBX Telephone System     160,000.00  
687
  DAMD17-91-C-1139   P   Eq   3/29/02   Housing for Water for Injection Capacity PART B     1,110,980.00  
719
  DAMD17-91-C-1139   P   Eq   4/1/02   Security Gates in Tunnels     5,460.00  
803
  DAMD17-91-C-1139   P   Eq   4/1/02   Hollister Stier - Security System - Security Equipme     245,098.00  
629
  DAMD17-91-C-1139   P   Eq   4/12/02   Greenlee Bender     5,905.00  
723
  DAMD17-91-C-1139   P   Eq   5/1/02   Lockable Cage     555.00  
737
  DAMD17-91-C-1139   P   Eq   5/1/02   Lockable Cage     555.00  
738
  DAMD17-91-C-1139   P   Eq   5/1/02   Lockable Cage     555.00  
739
  DAMD17-91-C-1139   P   Eq   5/1/02   Lockable Cage     555.00  
740
  DAMD17-91-C-1139   P   Eq   5/1/02   Lockable Cage     555.00  
741
  DAMD17-91-C-1139   P   Eq   5/1/02   Lockable Cage     555.00  
742
  DAMD17-91-C-1139   P   Eq   5/1/02   Lockable Cage     555.00  
743
  DAMD17-91-C-1139   P   Eq   5/1/02   Lockable Cage     555.00  
744
  DAMD17-91-C-1139   P   Eq   5/1/02   Lockable Cage     555.00  
745
  DAMD17-91-C-1139   P   Eq   5/1/02   Lockable Cage     555.00  
730
  DAMD17-91-C-1139   P   Eq   5/1/02   X6000-Validation Reference Manual     750.00  
729
  DAMD17-91-C-1139   P   Eq   5/1/02   X6005-IQ/OQ Validation Protocols for Validator 2     1,500.00  
728
  DAMD17-91-C-1139   P   Eq   5/1/02   X2020-ICAL Kit     1,600.00  
724
  DAMD17-91-C-1139   P   Eq   5/1/02   X0855-IRTD 400 High Accuracy Probe     3,730.00  
731
  DAMD17-91-C-1139   P   Eq   5/1/02   Sublot Transfer Cart     4,905.00  
732
  DAMD17-91-C-1139   P   Eq   5/1/02   Sublot Transfer Cart     4,905.00  

 


 

                             
Contract       P   Acquisition           Tax  
Sys No   #   T   Class   Date   Description   Acq Value  
720
  DAMD17-91-C-1139   P   Eq   5/1/02   Building #29 Camera     8,105.00  
725
  DAMD17-91-C-1139   P   Eq   5/1/02   X200 Validator 2000 High Accuracy Validation Sy     13,360.00  
726
  DAMD17-91-C-1139   P   Eq   5/1/02   X2000 Validator 2000-High Accuracy Validation S     13,360.00  
727
  DAMD17-91-C-1139   P   Eq   5/1/02   X2000 Validator 2000-High Accuracy Validation S     13,360.00  
718
  DAMD17-91-C-1139   P   Eq   5/1/02   Guardhouse     58,750.00  
756
  DAMD17-91-C-1139   P   Eq   6/1/02   Honeywell Minitrend Data Recorder     7,250.20  
786
  DAMD17-91-C-1139   P   Eq   8/1/02   Standard Guinea Pig Unit     3,729.46  
787
  DAMD17-91-C-1139   P   Eq   8/1/02   Standard Guinea Pig Unit     3,729.46  
788
  DAMD17-91-C-1139   P   Eq   8/1/02   Standard Guinea Pig Unit     3,729.46  
789
  DAMD17-91-C-1139   P   Eq   8/1/02   Standard Guinea Pig Unit     3,729.46  
790
  DAMD17-91-C-1139   P   Eq   8/1/02   Standard Guinea Pig Unit     3,729.46  
791
  DAMD17-91-C-1139   P   Eq   8/1/02   Standard Guinea Pig Unit     3,729.46  
792
  DAMD17-91-C-1139   P   Eq   8/1/02   Standard Guinea Pig Unit     3,729.46  
793
  DAMD17-91-C-1139   P   Eq   8/1/02   Standard Guinea Pig Unit     3,729.46  
794
  DAMD17-91-C-1139   P   Eq   8/1/02   Standard Guinea Pig Unit     3,729.46  
795
  DAMD17-91-C-1139   P   Eq   8/1/02   Standard Guinea Pig Unit     3,729.46  
796
  DAMD17-91-C-1139   P   Eq   8/1/02   Standard Guinea Pig Unit     3,729.46  
797
  DAMD17-91-C-1139   P   Eq   8/1/02   Standard Guinea Pig Unit     3,729.46  
798
  DAMD17-91-C-1139   P   Eq   8/1/02   Standard Guinea Pig Unit     3,729.46  
799
  DAMD17-91-C-1139   P   Eq   8/1/02   Standard Guinea Pig Unit     3,729.52  
Class-
  Eq                        
SubTotal
                        7,009,192.12  
 
                         
 
55
  DAMD17-91-C-1139   P   Fu   9/1/93   Shelving     9,600.00  
218
  DAMD17-91-C-1139   P   Fu   4/1/00   Server Racks     3,814.04  
229
  DAMD17-91-C-1139   P   Fu   5/1/00   Tables & Chairs for Meeting Rooms     2,787.06  
237
  DAMD17-91-C-1139   P   Fu   8/1/00   Office furniture     546.00  
235
  DAMD17-91-C-1139   P   Fu   8/1/00   Table and Chairs     636.00  
232
  DAMD17-91-C-1139   P   Fu   8/1/00   Office furniture     1,678.28  
226
  DAMD17-91-C-1139   P   Fu   8/1/00   Office furniture     1,949.00  
231
  DAMD17-91-C-1139   P   Fu   8/1/00   Office furniture     1,953.00  
233
  DAMD17-91-C-1139   P   Fu   8/1/00   Office furniture     1,983.05  
234
  DAMD17-91-C-1139   P   Fu   8/1/00   Office furniture     2,077.00  
239
  DAMD17-91-C-1139   P   Fu   8/1/00   Office furniture     2,543.00  
236
  DAMD17-91-C-1139   P   Fu   8/1/00   Office furniture     4,302.20  
228
  DAMD17-91-C-1139   P   Fu   8/1/00   Furniture     7,341.31  
227
  DAMD17-91-C-1139   P   Fu   8/1/00   Furniture     21,390.75  
243
  DAMD17-91-C-1139   P   Fu   10/1/00   Management Chair     541.87  
230
  DAMD17-91-C-1139   P   Fu   10/1/00   Office Furniture     2,120.00  
240
  DAMD17-91-C-1139   P   Fu   10/1/00   Office Furniture     2,120.00  
238
  DAMD17-91-C-1139   P   Fu   10/1/00   (13) Task Chairs, Paint and Carpet Squares     2,535.58  
241
  DAMD17-91-C-1139   P   Fu   12/1/00   10 Chairs     2,039.99  
242
  DAMD17-91-C-1139   P   Fu   12/1/00   Office Furniture     2,231.50  
715
  DAMD17-91-C-1139   P   Fu   3/1/01   Heather Blue Chair     75.34  
716
  DAMD17-91-C-1139   P   Fu   3/1/01   Heather Blue Chair     75.34  

 


 

                             
Contract       P   Acquisition           Tax  
Sys No   #   T   Class   Date   Description   Acq Value  
712
  DAMD17-91-C-1139   P   Fu   3/1/01   Heather Blue Chair     150.68  
713
  DAMD17-91-C-1139   P   Fu   3/1/01   Heather Blue Chair     150.68  
714
  DAMD17-91-C-1139   P   Fu   3/1/01   Heather Blue Chair     150.68  
280
  DAMD17-91-C-1139   P   Fu   3/1/01   Heather Blue Chair     192.60  
707
  DAMD17-91-C-1139   P   Fu   3/1/01   Heather Blue Chair     192.68  
708
  DAMD17-91-C-1139   P   Fu   3/1/01   Heather Blue Chair     192.68  
709
  DAMD17-91-C-1139   P   Fu   3/1/01   Heather Blue Chair     192.68  
710
  DAMD17-91-C-1139   P   Fu   3/1/01   Heather Blue Chair     192.68  
711
  DAMD17-91-C-1139   P   Fu   3/1/01   Heather Blue Chair     192.68  
282
  DAMD17-91-C-1139   P   Fu   3/1/01   Furniture for AVA Trailer Project 178     9,487.82  
310
  DAMD17-91-C-1139   P   Fu   3/1/01   Cubicles for Workroom     13,141.98  
326
  DAMD17-91-C-1139   P   Fu   4/1/01   Building 29 Cubicles     25,383.55  
348
  DAMD17-91-C-1139   P   Fu   6/1/01   Marker Board     33.57  
343
  DAMD17-91-C-1139   P   Fu   6/1/01   Light Walnut Low Coffee Table     38.57  
369
  DAMD17-91-C-1139   P   Fu   6/1/01   Cherry Laminate Table     50.00  
651
  DAMD17-91-C-1139   P   Fu   6/1/01   Cherry Wood Guest Chair     54.28  
344
  DAMD17-91-C-1139   P   Fu   6/1/01   Cherry Wood Guest Chair     55.29  
347
  DAMD17-91-C-1139   P   Fu   6/1/01   Guest Chair     58.57  
664
  DAMD17-91-C-1139   P   Fu   6/1/01   Lateral File     100.00  
665
  DAMD17-91-C-1139   P   Fu   6/1/01   Lateral File     100.00  
666
  DAMD17-91-C-1139   P   Fu   6/1/01   Lateral File     100.00  
667
  DAMD17-91-C-1139   P   Fu   6/1/01   Lateral File     100.00  
668
  DAMD17-91-C-1139   P   Fu   6/1/01   Lateral File     100.00  
346
  DAMD17-91-C-1139   P   Fu   6/1/01   Big Man Chair     108.57  
345
  DAMD17-91-C-1139   P   Fu   6/1/01   Blue Superior Chair     158.57  
349
  DAMD17-91-C-1139   P   Fu   6/1/01   Desk National 30x60     258.58  
368
  DAMD17-91-C-1139   P   Fu   6/1/01   Conference Table     300.00  
669
  DAMD17-91-C-1139   P   Fu   6/1/01   Dark Walnut Desk     589.68  
659
  DAMD17-91-C-1139   P   Fu   7/1/01   Lateral File     162.83  
660
  DAMD17-91-C-1139   P   Fu   7/1/01   Lateral File     162.83  
658
  DAMD17-91-C-1139   P   Fu   7/1/01   Lateral File     162.84  
677
  DAMD17-91-C-1139   P   Fu   7/1/01   Heather Blue Chair     223.60  
678
  DAMD17-91-C-1139   P   Fu   7/1/01   Heather Blue Chair     223.60  
374
  DAMD17-91-C-1139   P   Fu   7/1/01   Heather Blue Chair     236.50  
655
  DAMD17-91-C-1139   P   Fu   7/1/01   Executive Chair     236.50  
656
  DAMD17-91-C-1139   P   Fu   7/1/01   Executive Chair     236.50  
657
  DAMD17-91-C-1139   P   Fu   7/1/01   Executive Chair     236.50  
675
  DAMD17-91-C-1139   P   Fu   7/1/01   Lateral File     271.25  
676
  DAMD17-91-C-1139   P   Fu   7/1/01   Lateral File     271.25  
652
  DAMD17-91-C-1139   P   Fu   7/1/01   36” Bookcase     278.00  
654
  DAMD17-91-C-1139   P   Fu   7/1/01   Office Furniture     424.48  
653
  DAMD17-91-C-1139   P   Fu   7/1/01   4 Drawer Lateral File     620.00  
375
  DAMD17-91-C-1139   P   Fu   7/1/01   IS Storage Shelves     790.04  
683
  DAMD17-91-C-1139   P   Fu   7/1/01   Work Surface & Cubicle Area     2,577.74  
679
  DAMD17-91-C-1139   P   Fu   7/1/01   Work Surface & Cubicle Area     2,577.75  
680
  DAMD17-91-C-1139   P   Fu   7/1/01   Work Surface & Cubicle Area     2,577.75  

 


 

                             
Contract       P   Acquisition           Tax  
Sys No   #   T   Class   Date   Description   Acq Value  
681
  DAMD17-91-C-1139   P   Fu   7/1/01   Work Surface & Cubicle Area     2,577.75  
682
  DAMD17-91-C-1139   P   Fu   7/1/01   Work Surface & Cubicle Area     2,577.75  
661
  DAMD17-91-C-1139   P   Fu   7/1/01   Office Furniture     3,000.97  
662
  DAMD17-91-C-1139   P   Fu   7/1/01   Office Furniture     3,000.97  
663
  DAMD17-91-C-1139   P   Fu   7/1/01   Office Furniture     3,000.98  
363
  DAMD17-91-C-1139   P   Fu   7/1/01   Building 29 Cubicles     15,622.62  
293
  DAMD17-91-C-1139   P   Fu   7/1/01   Document Control Fire Suppression System #1     48,321.30  
688
  DAMD17-91-C-1139   P   Fu   8/1/01   Blue Side Chair     103.00  
689
  DAMD17-91-C-1139   P   Fu   8/1/01   Blue Side Chair     103.00  
690
  DAMD17-91-C-1139   P   Fu   8/1/01   Blue Side Chair     103.00  
691
  DAMD17-91-C-1139   P   Fu   8/1/01   Blue Side Chair     103.00  
692
  DAMD17-91-C-1139   P   Fu   8/1/01   Blue Side Chair     103.00  
693
  DAMD17-91-C-1139   P   Fu   8/1/01   Blue Side Chair     103.00  
377
  DAMD17-91-C-1139   P   Fu   8/1/01   Wild Cherry Laminate Table     868.95  
383
  DAMD17-91-C-1139   P   Fu   9/1/01   System Wall w/Locking Doors     2,450.34  
642
  DAMD17-91-C-1139   P   Fu   10/25/01   Shelving for Bldg 30 Coldroom     524.00  
643
  DAMD17-91-C-1139   P   Fu   10/25/01   Shelving for Bldg 30 Coldroom     524.00  
644
  DAMD17-91-C-1139   P   Fu   10/25/01   Shelving for Bldg 30 Coldroom     524.00  
645
  DAMD17-91-C-1139   P   Fu   10/25/01   Shelving for Bldg 30 Coldroom     524.00  
646
  DAMD17-91-C-1139   P   Fu   10/25/01   Shelving for Bldg 30 Coldroom     524.00  
647
  DAMD17-91-C-1139   P   Fu   10/25/01   Shelving for Bldg 30 Coldroom     524.00  
648
  DAMD17-91-C-1139   P   Fu   10/25/01   Shelving for Bldg 30 Coldroom     524.00  
649
  DAMD17-91-C-1139   P   Fu   10/25/01   Shelving for Bldg 30 Coldroom     524.00  
650
  DAMD17-91-C-1139   P   Fu   10/25/01   Shelving for Bldg 30 Coldroom     524.00  
401
  DAMD17-91-C-1139   P   Fu   10/25/01   Shelving for Bldg 30 Coldroom     524.00  
424
  DAMD17-91-C-1139   P   Fu   12/1/01   Stainless Steel Cabinets     5,034.28  
425
  DAMD17-91-C-1139   P   Fu   12/1/01   Lockers     6,450.50  
413
  DAMD17-91-C-1139   P   Fu   12/1/01   Scientific Tables     7,167.15  
423
  DAMD17-91-C-1139   P   Fu   12/1/01   Security Office Storage     11,674.08  
594
  DAMD17-91-C-1139   P   Fu   1/31/02   36” Bookcase     170.00  
694
  DAMD17-91-C-1139   P   Fu   1/31/02   36” Bookcase     170.00  
695
  DAMD17-91-C-1139   P   Fu   1/31/02   36” Bookcase     170.00  
696
  DAMD17-91-C-1139   P   Fu   1/31/02   36” Bookcase     170.00  
697
  DAMD17-91-C-1139   P   Fu   1/31/02   36” Bookcase     170.00  
698
  DAMD17-91-C-1139   P   Fu   1/31/02   36” Bookcase     170.00  
699
  DAMD17-91-C-1139   P   Fu   1/31/02   36” Bookcase     170.00  
700
  DAMD17-91-C-1139   P   Fu   1/31/02   36” Bookcase     170.00  
701
  DAMD17-91-C-1139   P   Fu   1/31/02   36” Bookcase     170.00  
702
  DAMD17-91-C-1139   P   Fu   1/31/02   36” Bookcase     170.00  
703
  DAMD17-91-C-1139   P   Fu   1/31/02   36” Bookcase     170.00  
706
  DAMD17-91-C-1139   P   Fu   1/31/02   60” Bookcase     418.60  
704
  DAMD17-91-C-1139   P   Fu   1/31/02   60” Bookcase     418.61  
705
  DAMD17-91-C-1139   P   Fu   1/31/02   60” Bookcase     418.61  
736
  DAMD17-91-C-1139   P   Fu   4/1/02   Stainless Steel Equipment Stand     328.40  
722
  DAMD17-91-C-1139   P   Fu   4/1/02   Stainless Steel Utility Cart     370.30  
733
  DAMD17-91-C-1139   P   Fu   4/1/02   Stainless Steel Utility Cart     370.30  

 


 

                             
Contract       P   Acquisition           Tax  
Sys No   #   T   Class   Date   Description   Acq Value  
734
  DAMD17-91-C-1139   P   Fu   4/1/02   Stainless Steel Insurance Table     444.00  
735
  DAMD17-91-C-1139   P   Fu   4/1/02   Stainless Steel Insurance Table     444.00  
747
  DAMD17-91-C-1139   P   Fu   6/1/02   FireKing Vertical Fire Cabinet     1,919.89  
748
  DAMD17-91-C-1139   P   Fu   6/1/02   FireKing Vertical Fire Cabinet     1,919.93  
749
  DAMD17-91-C-1139   P   Fu   6/1/02   FireKing Vertical Fire Cabinet     1,919.93  
750
  DAMD17-91-C-1139   P   Fu   6/1/02   FireKing Vertical Fire Cabinet     1,919.93  
751
  DAMD17-91-C-1139   P   Fu   6/1/02   FireKing Vertical Fire Cabinet     1,919.93  
752
  DAMD17-91-C-1139   P   Fu   6/1/02   FireKing Vertical Fire Cabinet     1,919.93  
753
  DAMD17-91-C-1139   P   Fu   6/1/02   FireKing Vertical Fire Cabinet     1,919.93  
754
  DAMD17-91-C-1139   P   Fu   6/1/02   FireKing Vertical Fire Cabinet     1,919.93  
782
  DAMD17-91-C-1139   P   Fu   7/1/02   Lateral Fireproof File Cabinet     2,024.00  
783
  DAMD17-91-C-1139   P   Fu   7/1/02   Lateral Fireproof File Cabinet     2,024.00  
Class-
  Fu                        
SubTotal
                        280,532.20  
 
                         
 
67
  DAMD17-91-C-1139   R   Im   9/1/93   Security Doors     24,800.00  
54
  DAMD17-91-C-1139   R   Im   9/1/93   Coldroom Modular Facility     112,681.00  
124
  DAMD17-91-C-1139   R   Im   9/1/98   Backup generator     227,200.00  
143
  DAMD17-91-C-1139   R   Im   9/1/98   coldrooms (3A, 3B, 4)     230,000.00  
165
  DAMD17-91-C-1139   R   Im   8/1/00   Lab Renovations     8,108.00  
246
  DAMD17-91-C-1139   R   Im   10/1/00   Building 30 & Building 6 Roof     63,965.41  
327
  DAMD17-91-C-1139   R   Im   4/1/01   Building 29 Renovations     5,176.55  
362
  DAMD17-91-C-1139   R   Im   9/1/01   Fire Suppression IS     18,054.97  
410
  DAMD17-91-C-1139   R   Im   11/1/01   Paving Project     48,885.00  
415
  DAMD17-91-C-1139   R   Im   11/28/01   Perimeter Fence Building 15     1,749.00  
408
  DAMD17-91-C-1139   R   Im   11/28/01   Sheridan Rd Mechanical Slide Gate     35,196.00  
420
  DAMD17-91-C-1139   R   Im   12/1/01   Bullet Resistant Windows     30,845.00  
422
  DAMD17-91-C-1139   R   Im   12/1/01   Repairs to Domestic Water and Gas     92,349.00  
590
  DAMD17-91-C-1139   R   Im   1/1/02   Intercom System for Security Gates     17,600.00  
591
  DAMD17-91-C-1139   R   Im   1/1/02   Perimeter Fence Detection System     100,200.00  
604
  DAMD17-91-C-1139   R   Im   2/28/02   Coldroom 150 Temporary Loading Platform     83,881.22  
801
  DAMD17-91-C-1139   R   Im   4/1/02   Hollister Stier - Security System - Fiber Cabling in :     2,730.00  
717
  DAMD17-91-C-1139   R   Im   4/1/02   Hollister Stier-Security System - Reception Area Gh :     6,480.00  
802
  DAMD17-91-C-1139   R   Im   4/1/02   Hollister Stier-Security System - Campus Modific     24,868.00  
721
  DAMD17-91-C-1139   R   Im   5/1/02   Stainless Steel Razor Wire     20,978.00  
755
  DAMD17-91-C-1139   R   Im   6/1/02   Campus Lighting     4,923.00  
757
  DAMD17-91-C-1139   R   Im   6/1/02   Coldroom 150 Modifications     21,441.00  
Class-
  Im                        
Subtotal
                        1,182,111.15  
 
                         
 
66
  DAMD17-91-C-1139   R   La   9/1/93   Tunnel Barricade     9,570.00  
64
  DAMD17-91-C-1139   R   La   9/1/93   Light pole lights, poles, conduit and wiring     20,000.00  
65
  DAMD17-91-C-1139   R   La   9/1/93   Pipe access covers     72,600.00  
63
  DAMD17-91-C-1139   R   La   9/1/93   Security fence     101,000.00  

 


 

                             
Contract       P   Acquisition           Tax  
Sys No   #   T   Class   Date   Description   Acq Value  
142
  DAMD17-91-C-1139   R   La   9/1/98   Wooden fencing     8,413.00  
379
  DAMD17-91-C-1139   R   La   7/1/01   Tunnel Renovation     20,480.98  
385
  DAMD17-91-C-1139   R   La   9/1/01   Tunnel Barricade     14,361.35  
Class-
  La                        
 
Subtotal
                        246,425.33  
 
                         
117
  DAMD17-91-C-1139   P   So   9/1/98   Date Acquisition System (Software and net packs)     36,765.00  
105
  DAMD17-91-C-1139   P   So   9/1/98   MRP-Fourth Shift Software Package     99,421.00  
221
  DAMD17-91-C-1139   P   So   3/1/00   Calhoun Computer System     1,699.96  
252
  DAMD17-91-C-1139   P   So   7/1/00   Seal Force Tester & Interface Software     12,675.00  
225
  DAMD17-91-C-1139   P   So   9/1/00   SAIP Compliance Software     212,153.00  
268
  DAMD17-91-C-1139   P   So   10/1/00   ABRA Suite Payroll Software     50,786.42  
382
  DAMD17-91-C-1139   P   So   9/1/01   Statistical Software     1,052.00  
399
  DAMD17-91-C-1139   P   So   10/9/01   STAT View Software     5,560.00  
400
  DAMD17-91-C-1139   P   So   10/12/01   Affirmative Action Plan (HR)     3,990.00  
419
  DAMD17-91-C-1139   P   So   1/31/02   Norton, Anti Virus Desk Server     7,653.75  
607
  DAMD17-91-C-1139   P   So   2/28/02   STAT View Software     6,500.00  
761
  DAMD17-91-C-1139   P   So   7/1/02   Office XP Property Licenses (60)     25,018.20  
784
  DAMD17-91-C-1139   P   So   8/1/02   Ghost Media Pack     2,884.00  
785
  DAMD17-91-C-1139   P   So   8/1/02   Office XP Property Licenses     20,875.00  
906
  DAMD17-91-C-1139   P   So   11/1/02   Network/Backup Archive System     99,232.59  
Class-
  So                        
 
Subtotal
                        586,265.92  
 
                         
 
Contract #-
                           
SubTotal
  DAMD17-91-C-1139                     12,462,383.67  
 
                         
1
  DAMD17-97-E-0004   P   Eq   9/1/89   Balance, Bench Top Model     1,503.00  
2
  DAMD17-97-E-0004   P   Eq   9/1/89   Bright Field Microscope     2,819.00  
3
  DAMD17-97-E-0004   P   Eq   9/1/89   Automated Kjeldahl Apparatus     24,400.00  
5
  DAMD17-97-E-0004   P   Eq   9/1/90   Holding Tank B, Train 2     67,883.66  
6
  DAMD17-97-E-0004   P   Eq   9/1/90   10 Liter Fermenter, Train 2     67,883.67  
7
  DAMD17-97-E-0004   P   Eq   9/1/90   100 Liter Fermenter, Train 2     67,883.67  
23
  DAMD17-97-E-0004   P   Eq   9/1/91   pH Meter     1,895.00  
11
  DAMD17-97-E-0004   P   Eq   9/1/91   Balance     2,625.50  
21
  DAMD17-97-E-0004   P   Eq   9/1/91   Balance     2,625.50  
18
  DAMD17-97-E-0004   P   Eq   9/1/91   CO2 Incubator     2,767.00  
12
  DAMD17-97-E-0004   P   Eq   9/1/91   Refrigerated Low Speed Centrifuge     17,113.00  
13
  DAMD17-97-E-0004   P   Eq   9/1/91   Autoclave     30,000.00  
14
  DAMD17-97-E-0004   P   Eq   9/1/91   100 Liter Fermenter, Train 1     102,900.00  
15
  DAMD17-97-E-0004   P   Eq   9/1/91   10 Liter Fermenter, Train 3     102,900.00  
16
  DAMD17-97-E-0004   P   Eq   9/1/91   100 Liter Fermenter, Train 4     102,900.00  
17
  DAMD17-97-E-0004   P   Eq   9/1/91   10 Liter Fermenter, Train 4     102,900.00  

 


 

                             
Contract       P   Acquisition           Tax  
Sys No   #   T   Class   Date   Description   Acq Value  
19
  DAMD17-97-E-0004   P   Eq   9/1/91   Autoclave, Double-door     128,350.00  
24
  DAMD17-97-E-0004   P   Eq   9/1/92   Holding Tank A, Train 3     102,900.00  
25
  DAMD17-97-E-0004   P   Eq   9/1/92   Holding Tank A, Train 4     102,500.00  
72
  DAMD17-97-E-0004   P   Eq   9/1/94   Hoist     575.00  
73
  DAMD17-97-E-0004   P   Eq   9/1/94   Hoist     575.00  
68
  DAMD17-97-E-0004   P   Eq   9/1/94   10 Liter Fermenter, Train 1     71,610.00  
69
  DAMD17-97-E-0004   P   Eq   9/1/94   Holding Tank A, Train 2     71,610.00  
70
  DAMD17-97-E-0004   P   Eq   9/1/94   100 Liter Fermenter, Train 3     71,610.00  
78
  DAMD17-97-E-0004   P   Eq   9/1/95   Two-Chart Recorder for Freezer #2     1,349.00  
Class-
  Eq                        
Subtotal
                        1,252,478.00  
 
                         
77
  DAMD17-97-E-0004   R   Im   9/1/94   Stairs     1,000.00  
Class-
  Im                        
Subtotal
                        1,000.00  
 
                         
 
Contract #-
  DAMD17-97-E-0004                        
Subtotal
                        1,253,478.00  
 
                         
386
  DAMD17-98-C-8052   P   Eq   9/1/98   Holding Tank     62,500.00  
387
  DAMD17-98-C-8052   P   Eq   9/1/98   Holding Tank     62,500.00  
388
  DAMD17-98-C-8052   P   Eq   9/1/98   Holding Tank     62,500.00  
389
  DAMD17-98-C-8052   P   Eq   9/1/98   Holding Tank     62,500.00  
Class-
  Eq                        
Subtotal
                        250,000.00  
 
                         
 
Contract #-
  DAMD17-98-C-8052                        
Subtotal
                        250,000.00  
 
                         
 
Grand Total:
                        13,965,861.67  

 


 

W9113M-04-D-0002
Attachment 3
Page 1 of 1
                                                                                                         
    Jan     Feb     Mar     Apr     May     June     July     Aug     Sep     Oct     Nov     Dec     Total  
Jan 04-Dec 05
    0       0       0       108,120       108,120       108,120       108,120       108,120       108,120       108,120       108,120       108,120       973,080  
Jan 05-Dec 05
    235,880       235,880       235,820       127,760       127,760       127,760       127,760       127,760       127,760       127,760       127,760       127,730       1,857,390  
Jan 06-Sep 06
    115,000       115,000       115,000       115,000       115,000       115,000       115,000       115,000       114,930                               1,034,930  
 
                                                                                                    3,865,400  

 


 

1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J            PAGE            OF            PAGES —— — 1 2 —— — 2. AMENDMENT/MODIFICATION NO 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. P00001 20-Jan-2004 W90GXK33010005 5. PROJECT NO. (If applicable) —— —— —— — 6. ISSUED BY            CODE            W9113M 7. ADMINISTERED BY (If other than Item 6) CODE            S2303A —— DCMA GRAND RAPIDS — RIVERVIEW CENTER BUILDING 678 FRONT STREET, NW GRAND RAPIDS, MI ###-###-#### US ARMY SPACE & MISSILE DEFENSE COMMAND SMDC-CM-CB / MS. O’CONNELL ###-###-#### 64 THOMAS JOHNSON DRIVE FREDERICK, MD 21702 — 8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and ZIP Code) BIOPORT CORPORATION 3400 N. MARTIN LUTHER KING JR. BLVD LANSING, MI 48906 9A. AMENDMENT OF SOLICITATION NO. —— — 9B. DATED (SEE ITEM 11) X 10A. MOD OF CONTRACT/ORDER NO. W9113M-04-D-0002 — X 10B. DATED (SEE ITEM 13) —— 08-Jan-2004 — CODE 1H086 FACILITY CODE —— — 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS — The 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 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 . — A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE 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, X            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 AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) See Attached 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. — 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) LYNN M. SELFRIDGE//CONTRACTING OFFICER 15A. NAME AND TITLE OF SIGNER (Type or print) TEL: 301 ###-###-#### EMAIL: ***@*** —— — 15B. CONTRACTOR/OFFEROR 1 6B. UNITED STATES OF AMERICA BY /s/ Lynn M. Selfridge 16C. DATE SIGNED —— 15C. DATE SIGNED —— 22-JAN-2004 (Signature of person authorized to sign) (Signature of Contracting Officer) STANDARD FORM 30 (REV. 10-83) EXCEPTION TO SF 30 Prescribed by GSA APPROVED BY OIRM 11-84 30-105-04 FAR (48 CFR) 53.243

 


 

W9113M-04-D-0002
P00001
Page 2 of 2
SECTION SF 30 BLOCK 14 CONTINUATION PAGE
SUMMARY OF CHANGES
SECTION A — SOLICITATION/CONTRACT FORM
     The Payment will be made by organization has changed from
DFAS-COLUMBUS CENTER
DFAS-CO/SOUTH ENTITLEMENT OPERATION
P.O. BOX 182264
COLUMBUS, OH ###-###-####
to
DFAS-COLUMBUS CENTER
NORTH ENTITLEMENT OPERATIONS
PO BOX 182266
COLUMBUS, OH ###-###-####
(End of Summary of Changes)

 


 

1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J            PAGE            OF            PAGES —— - 1 2 —— — 2. AMENDMENT/MODIFICATION NO 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. P00002 2-Sep-2004 W90GXK33010005 5. PROJECT NO. (If applicable) —— —— —— — 6. ISSUED BY            CODE            W9113M 7. ADMINISTERED BY (If other than Item 6) CODE            S2303A —— DCM GRAND RAPIDS RIVERVIEW CENTER BUILDING 678 FRONT STREET, NW GRAND RAPIDS, MI ###-###-#### — US ARMY SPACE & MISSILE DEFENSE COMMAND SMDC-CM-CB / MS. SELFRIDGE ###-###-#### 64 THOMAS JOHNSON DRIVE FREDERICK, MD 21702 — 8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) BIOPORT CORPORATION 3500 N. MARTIN LUTHER KING, JR. BLVD LANSING, MI 48906 9A. AMENDMENT OF SOLICITATION NO. —— — 9B. DATED (SEE ITEM 11) X 10A. MODIFICATION OF CONTRACT/ORDER NO. W9113M-04-D-0002 — X 10B. DATED (SEE ITEM 13) —— 06-Jan-2004 — CODE 1HDB6 FACILITY CODE —— — 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS — The 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 1 5, 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 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 . — A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE 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 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) X            FAR52.217-9 —— — E. IMPORTANT: Contractor            is not, is required to sign this document and return ___copies to the issuing office. — 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) Exercise Option 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. — 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) LYNN SELFRIDGE, / CONTRACTING OFFICER 15A. NAME AND TITLE OF SIGNER (Type or print) TEL: 301 ###-###-#### EMAIL: ***@*** —— — 15B. CONTRACTOR/OFFEROR 1 6B. UNITED STATES OF AMERICA BY /s/ Lynn M. Selfridge —— —— 16C. DATE SIGNED (Signature of person authorized to sign) 15C. DATE SIGNED (Signature of Contracting Officer) 2-Sep-2004 —— —— —— — STANDARD FORM 30 (REV. 10-83) EXCEPTION TO SF 30 Prescribed by GSA APPROVED BY OIRM 11-84 30-105-04 FAR (48 CFR) 53.243

 


 

W9113M-04-D-0002
P00001
Page 2 of 2
SECTION SF 30 BLOCK 14 CONTINUATION PAGE
SUMMARY OF CHANGES
SECTION A — SOLICITATION/CONTRACT FORM
     The total cost of this contract was increased by $95,950,567.80 from $71,248,954.50 to $167,199,522.30.
SECTION B — SUPPLIES OR SERVICES AND PRICES
     CLIN 0002
          The option status has changed from Option to Option Exercised.
(End of Summary of Changes)

 


 

1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J            PAGE            OF            PAGES —— - 1 4 —— — 2. AMENDMENT/MODIFICATION NO 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P00003 09/28/04 N/A            N/A —— —— -— — 6. ISSUED BY            CODE            W9113M 7. ADMINISTERED BY (If other than Item 6) CODE            S2303A — U.S. Army Space and Missile Defense Command Attn: SMDC-CM-CB            DCMA Detroit-Grand Rapids 64 Thomas Johnson Drive 678 Front Avenue, NW Fredrick, MD 21702 Grand Rapids, MI ###-###-#### —— — 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) BioPort Corporation, Inc. 3500 Martin Luther King Jr., Blvd. Lansing, MI 48906 (X) 9A. AMENDMENT OF SOLICITATION NO. —— —— — 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. X            W9113M-04-D-0002 —— — 10B. DATED (SEE ITEM 11) 01/04/04 — CODE 1H0B6 FACILITY CODE —— — 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS — The 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 1 5, 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 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) N/A — 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14 . — A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER CHECK ONE            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 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) X            PL 85-804, Implemented by FAR 50.403-2(b) and MoD dated Sep. 28, 2004 —— — E. IMPORTANT: Contractor            is not, is required to sign this document and return ___copies to the issuing office. — 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) See Attached. 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. — 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 15A. NAME AND TITLE OF SIGNER (Type or print) LYNN M. SELFRIDGE —— — 15B. CONTRACTOR/OFFEROR 1 6B. UNITED STATES OF AMERICA /s/ Lynn M. Selfridge —— —— 16C. DATE SIGNED (Signature of person authorized to sign) 15C. DATE SIGNED (Signature of Contracting Officer) 09/28/04 —— —— —— — NSN 7540-01-152-8070 STANDARD FORM 30 (REV. 10-83) Previous edition unusable            Prescribed by GSA FAR (48 CFR) 53.243

 


 

A.   This modification incorporates the full text FAR clause 50.250-1 entitled “Indemnification under Public Law 85-804” into contract number W9113M-04-D-0002 and is added to Section I.
B.   The Memorandum of Decision signed by the Acting Secretary of the Army on September 28, 2004, is incorporated into Section J of the contract as Attachment Number 4, 3 pages. The definition of unusually hazardous risk applicable to this contract is delineated in TAB A to the Memorandum of Decision.
C.   This modification is executed without cost to either party and is without effect to any other contract terms or conditions comprising contract W9113M-04-D-0002.
Modification P00003 to
Contract W9113M-04-D-0002
Page 2 of 4

 


 

52.250 — Extraordinary Contractural Actions Provisions and Clauses.
52.250-1 — Indemnification Under Public Law 85-804.
As prescribed in 50.403-3, insert the following clause in contacts whenever the approving official determines that the contractor shall be indemnified against unusually hazardous or nuclear risks (also-see 50.403-2(c)):
Indemnification Under Public Law 85-804 (Apr 1984)
(a) “Contractor’s principal officials,” as used in this clause, means directors, officers, managers, superintendents, or other representatives supervising or directing —
  (1)   All or substantially all of the Contractor’s business;
 
  (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.
(b) Under Public Law 85-804 (50 U.S.C. 1431-1435) and Executive Order 10789, as amended, and regardless of any other provisions of this contract the Government shall, subject to the limitations contained in the other paragraphs of this clause, indemnify the Contractor against —
  (1)   Claims (including reasonable expenses of litigation or settlement) by third persons (including employees the Contractor) for death; personal injury; or loss of, damage to, or loss of use of property;
 
  (2)   Loss of, damage to, or loss of use of Contractor property, excluding loss of profit; and
 
  (3)   Loss of, damage to, or loss of use of Government property, excluding loss of profit.
(c) This indemnification applies only to the extent that the claim, loss, or damage
  (1)   arises out of or results from a risk defined in this contract as unusually hazardous or nuclear and
 
  (2)   is not compensated for by insurance or otherwise.
 
      Any such claim, loss, or damage, to the extent that it is within the deductible amounts of the Contractor’s insurance, is not covered under this clause. If insurance coverage or other financial protection in effect on the date the approving official authorizes use of this clause is reduced, the Government’s liability under this clause shall not increase as a result.
(d) When the claim, loss, or damage is caused by willful misconduct or lack of good faith on the part of any of the Contractor’s principal officials, the Contactor shall not be indemnified for —
  (1)   Government claims against the Contractor (other than those arising through subrogation); or
 
  (2)   Loss or damage affecting the Contractor’s property.
(e) With the Contracting Officer’s prior written approval, the Contractor may, in any subcontract under this contract, indemnify the subcontractor against any risk defined in this contract as unusually hazardous or nuclear. This indemnification shall provide, between the Contractor and the subcontractor, the same rights and duties, and the same
Modification P00003 to
Contract W9113M-04-B-0002
Page 3 of 4

 


 

provisions for notice, furnishing of evidence or proof, and Government settlement or defense of claims as this clause provides. The Contracting Officer may also approve indemnification of subcontractors at any lower tier, under the same terms and conditions. The Government shall indemnify the Contractor against liability to subcontractors incurred under subcontract provisions approved by the Contracting Officer.
(f) The rights and obligations of the parties under this clause shall survive this contract’s termination, expiration, or completion. The Government shall make no payment under this clause unless the agency head determines that the amount is just and reasonable. The Government may pay the Contractor or subcontractors, or may directly pay parties to whom the Contract or subcontractors may be liable.
(g) The Contractor shall —
  (1)   Promptly notify the Contracting Officer of any claim or action against, or any loss by, the Contractor or any subcontractors that may be reasonably be expected to involve indemnification under this clause;
 
  (2)   Immediately furnish to the Government copies of all pertinent papers the Contractor receives;
 
  (3)   Furnish evidence or proof of any claim, loss, or damage covered by this clause in the manner and form the Government requires; and
 
  (4)   Comply with the Government’s directions and execute any authorizations required in connection with settlement or defense of claims or actions.
(h) The Government may direct, control, or assist in settling or defending any claim or action that may involve indemnification under this clause.
(End of Clause)
Modification P00003 to
Contract W9113M-04-B-0002
Page 4 of 4

 


 

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE            PAGE            OF            PAGES J — 1 2 —— — 2. AMENDMENT/MODIFICATION NO 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. POOOO4 26-Oct-2004 W90GXK33010005 5. PROJECT NO. (If applicable) —— —— —— — 6. ISSUED BY            CODE            W90GXK 7. ADMINISTERED BY (If other than Item 6) CODE            S2303A —— — DCM GRAND RAPIDS CHEMICAL-BIOLOGICAL-MEDICAL SYSTEMS PMO            RIVERVIEW CENTER BUILDING 64 THOMAS JOHNSON DRIVE 678 FRONT STREET, NW FREDERICK MD 21702 GRAND RAPIDS MI ###-###-#### —— — 8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and ZIP Code) BIOPORT CORPORATION 3500 N MARTIN LUTHER KING JR BLVD LANSING MI 48906 9A. AMENDMENT OF SOLICITATION NO. — 9B. DATED (SEE ITEM 11) (X) 10A. MODIFICATION OF CONTRACT/ORDER NO. W9113M-04-D-0002 — (X) 10B. DATED (SEE ITEM 13) 06-Jan-2004 — CODE 1HOB6 FACILITY CODE —— — 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS — The 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 1 5, 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 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 . A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE 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 FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(B). — C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: X            Mutual Agreement - - — D. OTHER (Specify type of modification and authority) — E. IMPORTANT: Contractor            is not, is required to sign this document and return 2 copies to the issuing office. — 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) Add new contract line items for Pentavalent Bot annual testing. 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 a nd effect. — 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 15A. NAME AND TITLE OF SIGNER (Type or print) LYNN M. SELFRIDGE / CONTRACTING OFFICER Robert Kramer, President & CEO            TEL: 301 ###-###-#### EMAIL: ***@*** —— — 15B. CONTRACTOR/OFFEROR 16B. UNITED STATES OF AMERICA /s/ Robert Kramer            BY /s/ Lynn M. Selfridge —— 15C. DATE SIGNED —— 16C. DATE SIGNED (Signature of person authorized to sign) 11/12/04 (Signature of Contracting Officer) 03-Nov-2004 —— —— —— — STANDARD FORM 30 (REV. 10-83) EXCEPTION TO SF 30 Prescribed by GSA APPROVED BY OIRM 11-84 30-105-04 FAR (48 CFR) 53.243

 


 

W9113M-04-D-0002
P00004
Page 2 of 2
SECTION SF 30 BLOCK 14 CONTINUATION PAGE
SUMMARY OF CHANGES
SECTION A — SOLICITATION/CONTRACT FORM
     The total cost of this contract was increased by $52,324.00 from $167,199,522.30 to $167,251,846.30.
SECTION B — SUPPLIES OR SERVICES AND PRICES
     CLIN 0004 is added as follows:
                                         
ITEM NO     SUPPLIES/SERVICES   QUANTITY     UNIT     UNIT PRICE     MAX AMOUNT  
  0004    
 
    1             $ 52,324.00     $ 52,324.00  
 
        Pentavalent Botulinum Testing
FFP
Conduct Pentavalent Botulinum Long-Term Interval Testing for lots
PBP003 and PBP0004 using Protocol Numbers LTIT2003-001 and LTIT2003-002
       
       
 
                             
 
       
NET AMT
                          $ 52,324.00  
 
       
Funded Amount
                          $ 0.00  
     FOB: Destination
SECTION E — INSPECTION AND ACCEPTANCE
The following Acceptance/Inspection Schedule was added for CLIN 0004:
             
INSPECT AT   INSPECT BY   ACCEPT AT   ACCEPT BY
N/A
  N/A   N/A   Government
(End of Summary of Changes)

 


 

1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J            PAGE            OF            PAGES —— — 1 5 —— — 2. AMENDMENT/MODIFICATION NO 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. P00005 Nov 16 2004 W90GXK33010005 5. PROJECT NO. (If applicable) —— —— —— — 6. ISSUED BY            CODE            W90GXK 7. ADMINISTERED BY (If other than Item 6) CODE            S2303A —— — DCM GRAND RAPIDS CHEMICAL-BIOLOGICAL-MEDICAL SYSTEMS PMO            RIVERVIEW CENTER BUILDING 64 THOMAS JOHNSON DRIVE 678 FRONT STREET, NW FREDERICK MD 21702 GRAND RAPIDS MI ###-###-#### —— — 8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and ZIP Code) BIOPORT CORPORATION 3500 N MARTIN LUTHER KING JR BLVD LANSING MI 48906 9A. AMENDMENT OF SOLICITATION NO. —— — 9B. DATED (SEE ITEM 11) X 10A. MODIFICATION OF CONTRACT/ORDER NO. —— W9113M-04-D-0002 X 10B. DATED (SEE ITEM 13) —— 06-Jan-2004 — CODE 1HOB6 FACILITY CODE —— — 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS — The 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 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 . — A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE 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 FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(B). — C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: X            Mutual Agreement - - — 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, including solicitation/contract subject matter where feasible.) Revise quantity of CLIN 0004 in P00004 dated November 3, 2004 from 1 test to 2 tests, and to increase the total value of CLIN 0004 to $104,648. The Statement of Work Paragr aph C.1.4.b. is revised to read: All testing “other than” Pentavalent Botulinum Vaccine.... as included on the attached SOW. FAR 52.216-19 and FAR 52.232-32 of the contract are not applicable to CLIN 0004. Funding will be provided on individual delivery orders. All other terms and conditions of the contract remain unchanged and in full force and effect. 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. — 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 15A. NAME AND TITLE OF SIGNER (Type or print) LYNN M. SELFRIDGE Robert Kramer, President & CEO            TEL: EMAIL: —— — 15B. CONTRACTOR/OFFEROR 16B. UNITED STATES OF AMERICA By /s/ Robert Kramer            BY_/s/ Lynn M. Selfridge___ —— 15C. DATE SIGNED —— 16C. DATE SIGNED (Signature of person authorized to sign) 11/12/04 (Signature of Contracting Officer) Nov 16, 2004 —— —— —— — STANDARD FORM 30 (REV. 10-83) EXCEPTION TO SF 30 Prescribed by GSA APPROVED BY OIRM 11-84 30-105-04 FAR (48 CFR) 53.243

 


 

                                         
NO     SUPPLIES/SERVICES   MAX QUANTITY     UNIT     UNIT PRICE     MAX AMOUNT  
  0004    
 
    2             $ 52,324.00     $ 104,648.00  
        Pentavalent Botulinum Testing
FFP
Conduct Pentavalent Botulinum Long Term Interval Testing Testing for lots
PBP003 and PBP0004 using Protocol Numbers LTIT2003-001 and LTIT2003-002.
       
Modification P00005 to
Contract W9113M-04-D-0002
Page 2 of 5

 


 

Section C. Statement of Work/Specifications
C.1 Summary. The contractor shall provide the necessary qualified personnel, facilities, material, equipment, and services to produce, test, bottle, and place into storage FDA licensed Anthrax Vaccine Adsorbed (AVA) in accordance with the contractor’s standard operating procedures and BioPort’s Food and Drug Administration Biologics License and all federal government regulatory, and statutory requirements applicable to the manufacture, formulation, filling and testing of AVA.
C.1.2 Definitions.
a. Manufacturing Stage is defined as the completion of:
[**]
Upon receipt of test results and internal release by Quality Assurance/Quality Control, the material is advanced to the Formulation Stage.
b. Formulation Stage means the [**]. Upon receipt of test results and internal release by Quality Assurance/Quality Control, the subject lots are advanced to the Filling Stage.
c. Filling Stage means the placement of bulk AVA in vials each containing sufficient volume to allow for 10 full doses. Samples are tested for safety, sterility, and potency. Upon receipt of test results and internal release by Quality Assurance/Quality Control, a release protocol is submitted to the FDA.
d. Release Stage means the receipt from the FDA of a letter releasing a lot of AVA for sale and distribution.
e. FOB Origin is defined as the Contractor’s Facility 3500 N. Martin Luther King Jr., Boulevard, Lansing, Michigan 48906.
f. The term “within” as related to paragraph (a) of FAR 52.217-9, is defined as “at least.”
C.1.3 The production process consists of the following stages:
1. Manufacture
2. Formulation
3. Filling
4. FDA Release
C.1.4 Test and Evaluation During Production
a. The contractor is responsible for establishing and maintaining quality assurance and quality control programs to ensure that product delivered under the contract, and that all testing requirements, meet both FDA regulatory requirements as well as the FDA license for AVA.
MODIFICATION P00005 TO
CONTRACT W9113M-04-D-0002
PAGE 3 OF 5

1


 

b. All other testing, other than testing of the Pentavalent Botulinum Vaccine, and is presently provided under contract DAMD17-97-D-0003. Upon completion of this contract, the testing requirements shall be incorporated into this contract. The costs for conducting the tests under DAMD17-97-D-0003 are not presently included in this contract.
C.1.5 Shipping
Shipping of the vaccine is presently accomplished under DAMD17-97-D-0003, but shall be incorporated into this contract upon completion. Presently, the cost to ship vaccine is not included in this contract.
C.1.6 Early Delivery of Doses
The Contractor may deliver quantities of AVA doses in advance of the delivery schedule found at Attachment No. 1, Section J of this contract.
C.2 Contractor Use of Government Owned Property.
The Contractor shall have exclusive use of the property owned by the Government at the Contractor’s facility to manufacture AVA doses. A complete list of the Contractor Acquired Property is found in Attachment 2 in Section J of this contract. The fee for using this property shall be $[**] per dose of vaccine produced for private sales. For the first performance period of January 3, 2004 to December 31, 2004, the Contractor may be credited against the last invoice for doses delivered. For all other ensuing contract periods, the Contractor shall credit the usage fee on a monthly basis as the equipment is used in producing an inventory of doses for private sales.
C.3 Dose Equivalent Invoicing.
The Contractor will invoice the Government using a dose equivalent of [**] doses per lot for performance milestones 1, 2, & 3. Upon reaching the fourth and final milestone, the contractor will adjust the final invoice either upward or downward, as appropriate to compensate for any difference in the actual number of doses delivered per lot.
C.4 FDA Action/Inaction
The Contractor shall not be terminated for cause, in accordance with FAR 212-14 (m), if it is unable to deliver AVA doses in accordance with the delivery schedule set forth in Attachment 3 in Section J of the Contract due to action or inaction of the Food and Drug Administration, except to the extent that such action or inaction is a direct consequence of the Contractor’s negligence.
C.5 Notification of Sales.
The contractor agrees to provide notification as a courtesy to the JVAP Product Manager of any sale of AVA to any non-U.S. company or government within five business days of making the sale.
C.6 Reporting
The contractor shall provide a Monthly Contract Status Report. During the base contract period of January 1, 2004 to December 31, 2004, the report shall be submitted weekly at the conclusion of the business week. The weekly report shall provide the same information as the monthly reports provide as of November 20, 2003, submitted under contract DAMD17-98-C-8052. Changes in the frequency of this data item may occur in the option periods.
C.7 Government Space in Contractor’s Facility
MODIFICATION P00005 TO
CONTRACT W9113M-04-D-0002
PAGE 4 OF 5

2


 

The contractor shall provide office space within the contractor’s facility to accommodate a Defense Contract Management Agency representative and JVAP representative(s) who will be onsite on a full-time basis.
C.8 Public Release of Information.
The contractor agrees to provide an advance copy of any release of information if there is a reference to the Anthrax Vaccine Program or if the information released may impact the Anthrax Vaccine Program. This provision is not intended to restrict dissemination of corporate information or the release of any information related to this Contract to third parties conducting normal due diligence on the Contractor in connection with capital raising activities or other types of corporate reorganizations where such release may be required. The advance notice will allow the DoD time to facilitate a response to any potential inquiries resulting from the information release and to be alert to the possibility of the inadvertent release of information, which could be taken out of context.
End of Section C.
MODIFICATION P00005 TO
CONTRACT W9113M-04-D-0002
PAGE 5 OF 5

3


 

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J            PAGE            OF            PAGES —— - 1. CONTRACT ID CODE 1 2 —— — 2. AMENDMENT/MODIFICATION NO 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P00006 01/04/04 N/A            N/A —— —— —— — 6. ISSUED BY            CODE            W9113M 7. ADMINISTERED BY (If other than Item 6) CODE            S2101A —— — U.S. Army Space and Missile Defense Command ATTN: SMDC-CM-CB            DCMA Detroit-Grand Rapids 64 Thomas Johnson Drive 678 Front Street, NW Frederick, MD 21702 Grand Rapids, MI 49504 —— — 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) BioPort Corporation 3500 N. Martin Luther King, Jr. Blvd Lansing, MI 48906 (X) 9A. AMENDMENT OF SOLICITATION NO. —— —— — 9B. DATED (SEE ITEM 11) — X 10A. MODIFICATION OF CONTRACT/ORDER NO. —— W9113M-04-D-0002 — 10B. DATED (SEE ITEM 11) 01/02/04 CODE            FACILITY CODE —— — 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS — The 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 1 5, 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 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) Not applicable — 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14 . — A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER CHECK ONE            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 FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). — C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: X            FAR 52.212-4 (c) —— — 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, including solicitation/contract subject matter where feasible.) See Page 2. 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 AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Robert G. Kramer, President & CEO            Lynn M. Selfridge —— — 15B. CONTRACTOR/OFFEROR 16B. UNITED STATES OF AMERICA /s/ Robert G. Kramer /s/ Lynn M. Selfridge —— 15C. DATE SIGNED —— 16C. DATE SIGNED (Signature of person authorized to sign) 2/3/05 (Signature of Contracting Officer) 2/8/05 —— —— —— — NSN 7540-01-152-8070 STANDARD FORM 30 (REV. 10-83) Previous edition unusable            Prescribed by GSA FAR (48 CFR) 53.243

4


 

A. This modification adds the following functions to this contract (previously provided under DAMD17-97-D-0003):
  (1)   Maintain current level of security at BioPort’s production facility in Lansing, MI that is used to produce and store the Government’s purchase of Anthrax Vaccine Adsorbed.
 
  (2)   Printing labels, labeling of vials and packaging for shipment of AVA produced under this contract.
 
  (3)   Potency testing on stability lots produced under this contract.
 
  (4)   Stability test consisting of chemistry, sterility, and safety, on the doses produced under this contract:
B. The effective date for the above cited additional functions is January 02, 2004.
C. Consideration for incorporation of the additional functions cited above is provided by revising the dose price for each performance periods comprising the contract as follows.
                 
Contract Line Item No.   Old Price/dose     Adjusted Price/dose  
0001
  $ [**]     $ [**]  
0002
  $ [**]     $ [**]  
0003
  $ [**]     $ [**]  
D. The minimum and maximum quantities included in the Section B of the contract do not change as a result of this modification.
E. The contractor agrees to process revised payment requests upon receipt of a modification to delivery orders 0001 and 0002 without additional dose price increases.
Funding for the additional functions in paragraph A(1) through A(4) shall be provided on modifications to delivery order number 0001 and 0002.
G. All other terms and conditions of the contract remain unchanged and in full force and effect.
Modification P00006 to W9113M-04-D-0002, page 2 of 2

 


 

1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J            PAGE            OF            PAGES —— — 1 2 —— — 2. AMENDMENT/MODIFICATION NO 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 01 02/16/05 N/A            N/A —— —— —— — 6. ISSUED BY            CODE            W9113M 7. ADMINISTERED BY (If other than Item 6) CODE            S2303A —— — U.S. Army Space and Missile Defense Command            DCMA Grand Rapids ATTN: SMDC-CM-CB            Riverview Center Building 64 Thomas Johnson Drive 678 Front Street, NW Frederick, MD 21702 Grand Rapids, MI ###-###-#### —— — 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) BioPort Corporation 3500 N. Martin Luther King Jr. Blvd Lansing, MI 48906 (X) 9A. AMENDMENT OF SOLICITATION NO. —— —— — 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. X            W9113M-04-D-0002-0001 —— — 10B. DATED (SEE ITEM 11) 01/02/04 — CODE 1HNOB6 FACILITY CODE —— — 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS — The 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 1 5, 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 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) See Block 14, below. — 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14 . — A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER CHECK ONE            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 FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). — C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: X            FAR 52.212-4 —— — 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, including solicitation/contract subject matter where feasible.) This instrument modifies delivery order number 0001 issued under the provisions of contract W9113M-04-D-0002, as a result of contract modification P00006 dated February 8, 2005. The price per dose of the commercially available anthrax vaccine (the DoD’s Anthrax Vaccine Adsorbed) is increased to cover the additional expense for labels, labeling, packaging for shipment, stability testing, potency testing, and the provision of security at the BioPort Lansing, MI facility. The revised dose price is $[**]. 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 AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Robert G. Kramer, President & CEO            Lynn M. Selfridge —— — 15B. CONTRACTOR/OFFEROR 16B. UNITED STATES OF AMERICA /s/ Robert G. Kramer /s/ Lynn M. Selfridge —— 15C. DATE SIGNED —— 16C. DATE SIGNED (Signature of person authorized to sign) 2/17/05 (Signature of Contracting Officer) 2/17/05 —— —— —— — NSN 7540-01-152-8070 STANDARD FORM 30 (REV. 10-83) Previous edition unusable            Prescribed by GSA FAR (48 CFR) 53.243

 


 

Section B of delivery order no. 0001 is revised as follows:
                                         
ITEM NO   SUPPLIES     MIN QTY     UNIT     UNIT PRICE     AMOUNT  
0001
  AVA Vaccine     [**]     Dose   $ [**]     $ 32,408,552.40  
The total price of delivery order no. 0001 is increased front $29,722,975.80 by $2,685,576.60 to $32,408,552.40.
Section G of delivery order no. 0001 is revised to increase the obligated dollar amount to $32,408.552.40.
There are no revisions to the accounting and appropriation data or the ACRN cited in Section G of delivery order no. 0001.
All other terms and conditions of the delivery order remain unchanged and in full force and effect.
Modification 01 to
Delivery Order 0001 to
Contract No. W9113M-04-D-0002
Page 2 of 2

 


 

1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J            PAGE            OF            PAGES —— —
1 2
—— — 2. AMENDMENT/MODIFICATION NO 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 01 02/16/05 N/A            N/A —— —— —— —
6. ISSUED BY            CODE            W9113M 7. ADMINISTERED BY (If other than Item 6) CODE            S2303A —— — U.S. Army Space and Missile Defense Command            DCMA Grand Rapids ATTN: SMDC-CM-CB            Riverview Center Building 64 Thomas Johnson Drive 678 Front Street, NW Frederick, MD 21702 Grand Rapids, MI ###-###-#### —— —
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) BioPort Corporation 3500 N. Martin Luther King Jr. Blvd Lansing, MI 48906 (X) 9A. AMENDMENT OF SOLICITATION NO. —— —— —
9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. X            W9113M-04-D-0002-0002 —— — 10B. DATED (SEE ITEM 11) 01/02/04 CODE 1HOB6 FACILITY CODE —— —
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS — The 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 1 5, 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 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) See Block 14, below. — 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14 .
— A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER CHECK ONE            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 FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). — C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
X            FAR 52.212-4 —— —
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, including solicitation/contract subject matter where feasible.) This instrument modifies delivery order number 0002 issued under the provisions of contract W9113M-04-D-0002, as a result of contract modification P00006 dated February 8, 2005. The price per dose of the commercially available anthrax vaccine (the DoD’s Anthrax Vaccine Adsorbed) is increased to cover the additional expense for labels, labeling, packaging for shipment, stability testing, potency testing, and the provision of security at the BioPort Lansing, MI facility. The revised dose price is $[**]. 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 AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Robert G. Kramer, President & CEO            Lynn M. Selfridge —— —
15B. CONTRACTOR/OFFEROR 16B. UNITED STATES OF AMERICA /s/ Robert G. Kramer /s/ Lynn M. Selfridge —— 15C. DATE SIGNED —— 16C. DATE SIGNED (Signature of person authorized to sign) 2/17/05 (Signature of Contracting Officer) 2/17/05 —— —— —— —
NSN 7540-01-152-8070 STANDARD FORM 30 (REV. 10-83) Previous edition unusable            Prescribed by GSA FAR (48 CFR) 53.243

 


 

Section B of delivery order no. 0002 is revised as follow:
                                         
ITEM NO   SUPPLIES     MIN QTY     UNIT     UNIT PRICE     AMOUNT  
0002
  AVA Vaccine     [**]     Dose   $ [**]     $ 36,870,814.50  
The total price of delivery order no. 0002 is increased from $36,196,254.90 by $674,559.60 to $36,870,814.50.
Section G of delivery order no. 0002 is revised to increase the obligated dollar amount to $36,870,814.50.
There are no revisions to the accounting and appropriation data or the ACRN cited in Section G of delivery order no. 0002.
All other terms and conditions of the delivery order remain unchanged and in full force and effect.
Modification 01 to
Delivery Order 0002 to
Contract No. W9113M-04-D-0002
Page 2 of 2