U.S. Army and Irvine Sensors Corporation Cost-Plus-Fixed-Fee Task Order for Jigsaw Phase II Prototype System

Summary

This agreement is between the U.S. Army and Irvine Sensors Corporation. Irvine Sensors will research, develop, and build a prototype 3-D imaging laser radar (ladar) system as part of the DARPA Jigsaw program. The contract is a cost-plus-fixed-fee task order valued at $635,560, covering work from the award date for approximately three months. Irvine Sensors must build the prototype, develop data alignment and display methods, and demonstrate the system in two field experiments. Payment is subject to incremental funding and government acceptance of deliverables.

EX-10.1 3 dex101.txt CONTRACT NO. DADD17-01-D-0006 EXHIBIT 10.1 - ------------------------------------------------------------------------------------------------------------------------------------ ORDER FOR SUPPLIES OR SERVICES PAGE 1 OF 10 - ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT/PURCH.ORDER/ 2. DELIVERY ORDER/ CALL NO. 3. DATE OF ORDER/CALL 4. REQ./ PURCH. REQUEST NO. 5. PRIORITY AGREEMENT NO. DAAD17-01-D-0006 0002 2002May21 W71B7J-2133-H241 - ------------------------------------------------------------------------------------------------------------------------------------ 6. ISSUED BY CODE W71B7J 7. ADMINISTERED BY CODE S0513A US ARMY ROBERT MORRIS ACQUISITION CENTER DCM - SANTA ANA RMAC - ADELPHI 34 CIVIC CENTER PLAZA 8. DELIVERY FOB 2800 POWDER MILL ROAD P.O. BOX C-12700 AMSSB-ACA SANTA ANA CA ###-###-#### [X] DEST ADELPHI MD 20783-1197 [ ] OTHER (See Schedule if other) - ------------------------------------------------------------------------------------------------------------------------------------ 9. CONTRACTOR CODE 54266 FACILITY 10. DELIVER TO FOB POINT BY (Date) 11. MARK IF BUSINESS IS SEE SCHEDULE [X] SMALL IRVINE SENSORS CORPORATION ---------------------------------------- [ ] SMALL DARYL SMETANA 12. DISCOUNT TERMS DISADVANTAGED 3001 RED HILL AVENUE BLDG 4 NET 30 DAYS [ ] WOMEN-OWNED COSTA MESA CA 92626 ----------------------------------------------------------- 13. MAIL INVOICES TO THE ADDRESS IN BLOCK See Item 15 - ------------------------------------------------------------------------------------------------------------------------------------ 14. SHIP TO CODE W71B7J 15. PAYMENT WILL BE MADE BY CODE HQ0339 US ARMY RESEARCH LABORATORY DFAS - COLUMBUS CENTER MARK ALL VINCENT MARINELLI / AMSRL-SE-SS DFAS-CO/WEST ENTITLEMENT OPERATIONS PACKAGES AND 2800 POWDER MILL ROAD P.O. BOX 182381 PAPERS WITH ADELPHI MD 20783-1197 COLUMBUS OH ###-###-#### IDENTIFICATION NUMBERS IN BLOCKS 1 AND 2. - ------------------------------------------------------------------------------------------------------------------------------------ 16. DELIVERY/ [X] This delivery order/call is issued on another Govt. agency or in accordance with and subject to TYPE CALL terms and conditions of above numbered contract. OF ----------------------------------------------------------------------------------------------------------------------------- ORDER PURCHASE [ ] Reference your quote dated Furnish the following on terms specified herein. -------------------------------------------------------------------------------------------------------- ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME. IRVINE SENSORS CORPORATION /s/ John C. Carson John C. Carson, President May 21, 2002 - ------------------------------------------------------------------------------------------------------------------------------------ NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE DATE SIGNED (YYYYMMMDD) [ ] If this box is marked, supplier must sign Acceptance and return the following number of copies: - ------------------------------------------------------------------------------------------------------------------------------------ 17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE See Schedule - ------------------------------------------------------------------------------------------------------------------------------------ 18. ITEM NO. 19. SCHEDULE OF SUPPLIES/SERVICES 20. QUANTITY 21. UNIT 22. UNIT PRICE 23.AMOUNT ORDERED/ ACCEPTED* - ------------------------------------------------------------------------------------------------------------------------------------ SEE SCHEDULE - ------------------------------------------------------------------------------------------------------------------------------------ * If quantity accepted by the Government is same as 24. UNITED STATES OF AMERICA 25. TOTAL $ 635,560.00 quantity ordered, indicate by X. If different, enter actual /s/ Lee A. Hess -------------------------- quantity accepted below quantity ordered and encircle BY: LEE A. HESS CONTRACTING / ORDERING 29. OFFICER DIFFERENCES - ------------------------------------------------------------------------------------------------------------------------------------ 26. QUANTITY IN COLUMN 20 HAS BEEN 27. SHIP NO. 28. DO VOUCHER NO. 30. [ ] INSPECTED [ ] RECEIVED [ ] ACCEPTED, AND CONFORMS TO INITIALS THE CONTRACT EXCEPT AS NOTED ---------------------------------------------------------------------- [ ] PARTIAL 32. PAID BY 33. AMOUNT VERIFIED [ ] FINAL CORRECT FOR ------------------ - -------------- ----------------------------------------- 31. PAYMENT ------------------------------ DATE SIGNATURE OF AUTHORIZED GOVT. REP. [ ]COMPLETE 34. CHECK NUMBER - ----------------------------------------------------------- [ ]PARTIAL 36. I certify this account is correct and proper for payment. [ ]FINAL ------------------------------ 35. BILL OF LADING NO. - -------------- ----------------------------------------- DATE SIGNATURE AND TITLE OF CERTIFYING OFFICER - ------------------------------------------------------------------------------------------------------------------------------------ 37. RECEIVED AT 38. RECEIVED BY 39. DATE RECEIVED 40. TOTAL 41. S/R ACCOUNT NO. 42. S/R VOUCHER NO. (YYYYMMMDD) CONTAINERS - ------------------------------------------------------------------------------------------------------------------------------------ DD Form 1155, JAN 1998 (EG) PREVIOUS EDITION MAY BE USED.
DAAD17-01-D-0006 0002 Page 2 of 10 SECTION B Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Dollars, $ $ TBN U.S. STROBE IMAGER CPFF - The contractor shall research and develop a Stacked Readout for low Observable Enhancement (STROBE) Imager PURCHASE REQUEST NUMBER W71B7J-2133-H241 ESTIMATED COST $ 635,560.00 FIXED FEE $ 0.00 -------------------- $ 635,560.00 TOTAL EST COST + FEE ACRN AA Funded Amount $ 635,560.00 CLAUSES INCORPORATED BY FULL TEXT 52.016-4408 ANTICIPATED COST TYPE TASK ORDER (SEP 1999) In accordance with Section H clause, H.016-4406, a Cost-Plus Fixed Fee type of definitive task order is anticipated. The amount allotted to this task order for purposes of payment of estimated costs is $635,560.00. The Limitation of Liability clause, FAR 52.216-24, is in effect for this task order until it is definitized. (End of clause) 52.032-4421 INCREMENTAL FUNDING - PERFORMANCE PERIOD (SEP 1999) This task order is incrementally funded. The amount presently available for payment and allotted to the task order is $635,560.00. It is estimated that the allotted funds will cover all areas of contract performance for the period from award of contract through three months. (End of clause) DAAD17-01-D-0006 0002 Page 3 of 10 SECTION C Descriptions and Specifications TASK ORDER NO.: 0002 TASK ORDER TITLE: Jigsaw Phase II--Prototype System Build & Test CONTRACT NUMBER: DAAD17-01-D-0006 1.1 BACKGROUND & OBJECTIVE The DARPA Jigsaw program is developing a compact 3-D imaging laser radar (ladar) capable of reliably identifying combat targets partially obscured by foliage or camouflage. Under the previous task order, the contractor completed a system design trade study and a prototype system design, which was presented at the Jigsaw Phase I Critical Design Review in April 2002. Under this task order, the contractor will do the following: build a prototype ladar sensor system; develop methods of aligning, displaying and interacting with 3-D ladar data; and demonstrate the overall system during two planned field experiments. The first experiment is scheduled for December 2002 at Redstone Technical Test Center (RTTC), Redstone, AL. A second field experiment will be conducted in March/April 2003 at RTTC or at another eastern U.S. location. 1.2 STATEMENT OF WORK 1.2.1 COST AND SCHEDULE MANAGEMENT. Within two (2) weeks of task award, the contractor shall provide a detailed time-phased program schedule showing all major activities, milestones, delivery dates, and major test dates. The contractor shall establish the top-level system requirements and subsystem requirements allocation budget for the prototype system. The contractor shall provide a monthly report that details progress, status, and cost. In the event that both the cost and schedule variance exceed 10% of the plan, a summary report (1-2 pages) showing the reason for the variance and a recovery plan shall be included in the monthly report. The contractor shall present the program schedule status to the Government for review during weekly or biweekly program status teleconferences and the schedule updated as necessary. 1.2.2 IMPLEMENT AND INTEGRATE PROTOTYPE SYSTEM HARDWARE DESIGN The contractor shall construct a prototype ladar sensor based on the design presented at the Jigsaw Phase I Critical Design Review. The contractor shall fabricate two (2) ladar transmitters and two (2) ladar receivers that are consistent with the design specifications presented at the Jigsaw Phase I Critical Design Review. The contractor shall integrate one (1) ladar receiver and one (1) ladar transmitter into a transceiver system. The contractor shall also fabricate the system support electronics for integrating the sensor system onto a government-furnished UH-1 helicopter equipped with a stabilized electro-optical airborne instrumentation platform (SEAIP). The contractor shall integrate and interface the helicopter, payload, rack, and SEAIP. The contractor shall develop and manage all software components necessary for data collection, data DAAD17-01-D-0006 0002 Page 4 of 10 storage, and user interface. The data collection software shall control the ladar system during flight tests. Sensor performance characteristics shall, at a minimum, be consistent with Jigsaw prototype demonstration objectives as follows: Data Collection Area: 20 m x 20 m Range Resolution: 7.5 cm Spatial Resolution: 7.5 cm Nominal Altitude: 100 m Platform: UH-1 with SEAIP gimbal (with GPS pointing mode) Collections/Day: 4 Time to ID Target: <2 hours from collect minimum frames/collect: 10 1.2.3 implement 3-d ladar registration & visualization designs the contractor shall develop and implement the data registration processing design and the interactive, 3-d visualization design presented at the jigsaw phase i critical design review. the registration component shall rapidly, accurately, and autonomously align 3-d ladar data. the registration component shall incorporate coarse alignment, fine alignment, and multi-view control. the visualization component shall include the following: . mission replay . standard 3-d scene manipulation . bearing/range from operator to target . length, width, height linear mensuration . zoom to target . visual comparison to sample target geometrical models . elimination of background clutter (thresholding, slicing planes) . color encoding for feature extraction . voxel and point cloud representations implementation of these registration and visualization components shall be on a cots pc-based workstation, which will be utilized for ground processing of the data collected during the field demonstrations. 1.2.4 field demonstrations the contractor shall participate in two field demonstrations. the first demonstration shall be conducted in december 2002 at the rttc and the second demonstration shall be conducted in april 2002 at a to-be-determined conus location. at the field demonstrations, the contractor shall integrate its ladar sensor hardware onto a government-furnished uh-1 helicopter equipped with a seaip, operate the ladar data collection controls while in flight, and perform post-flight analysis of the collected data. DAAD17-01-D-0006 0002 Page 5 of 10 The contractor shall identify a target within two hours of collecting the data, and also identify the criteria or features used to ID the target. 1.3 DELIVERABLES - ------------------------------------------------------------------- DESCRIPTION - ------------------------------------------------------------------- Program Schedule - ------------------------------------------------------------------- Monthly Progress, Status, and Cost Report - ------------------------------------------------------------------- Final Report on Captive Flight Tests - ------------------------------------------------------------------- 1.4 PERIOD OF PERFORMANCE The period of performance is 12 months. 1.5 GOVERNMENT FURNISHED EQUIPMENT, MATERIALS, AND FACILITIES The government shall provide the use of a stabilized electro-optical airborne instrumentation platform (SEAIP) and integration support, a UH-1 helicopter and crew, and test support including facilities and targets. The GFE will be made available to the contractor by 15 November 2002. 1.6 SECURITY CLASSIFICATION All hardware, software, and data generated under this task order shall be unclassified. DAAD17-01-D-0006 0002 Page 6 of 10 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 Destination Government Destination Government DAAD17-01-D-0006 0002 Page 7 of 10 SECTION F Deliveries or Performance DELIVERY INFORMATION
CLINS DELIVERY DATE UNIT OF ISSUE QUANTITY FOB SHIP TO ADDRESS 0001 POP 21-MAY-02 TO Dollars, U.S. Dest. W71B7J 20-MAY-03 US ARMY RESEARCH LABORATORY VINCENT MARINELLI / AMSRL-SE-SS 2800 POWDER MILL ROAD ADELPHI MD 20783-1197
DAAD17-01-D-0006 0002 Page 8 of 10 SECTION G Contract Administration Data ACCOUNTING AND APPROPRIATION DATA
AA: 972040013012RPARGO2J30M200000255YANSS00W71B7J2133H2412N1FRRS18129 000000000000 AMOUNT: $ 635,560.00
DAAD17-01-D-0006 0002 Page 9 of 10 SECTION H Special Contract Requirements CLAUSES INCORPORATED BY FULL TEXT 52.045-4400 GOVERNMENT FURNISHED PROPERTY DELIVERY SCHEDULE (AUG 1999) The following Government property will be furnished to the Contractor in accordance with the following schedule: Item Quantity Unit Destination Due Date (1) Use of a stabilized ectro-optical airborne instrumentation platform (SEAIP) 1 lot 15 November 2002 (2) Integration Support 1 lot 15 November 2002 (3) UH-1 helicopter and crew 1 lot 15 November 2002 (4) test support including facilities and targets 1 lot 15 November 2002 (End of clause) DAAD17-01-D-0006 0002 Page 10 of 10 SECTION I Contract Clauses CLAUSES INCORPORATED BY REFERENCE: 52.216-24 Limitation Of Government Liability APR 1984 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1.CONTRACT ID CODE PAGE OF PAGES U 1 3 - ------------------------------------------------------------------------------------------------------------------------------------ 2.AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4.REQUISITION/PURCHASE REQ.NO. 5. PROJECT NO.(If applicable) 01 13-Jun-2002 W71B7J-2133-H241 2N10RR/2N1GRR - ------------------------------------------------------------------------------------------------------------------------------------ 6. ISSUED BY CODE W71B7J 7. ADMINISTERED BY (If other than item 6) CODE S0513A US ARMY ROBERT MORRIS ACQUISITION CENTER DCM-SANTA ANA RMAC - ADELPHI 34 CIVIC CENTER PLAZA 2500 POWDER MILL ROAD P.O. BOX C-12700 AMSSB-ACA SANTA ANA CA ###-###-#### ADELPHI MD 20783-1197 - ------------------------------------------------------------------------------------------------------------------------------------ 8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip code) [ ] 9A. AMENDMENT OF SOLICITATION NO. IRVINE SENSORS CORPORATION ----------------------------------- DARYL SMETANA [ ] 9B. DATED (SEE ITEM 11) 3001 RED HILL AVENUE BLDG 4 ----------------------------------- COSTA MESA CA 92626 [X] 10A. MOD OF CONTRACT/ORDER NO. DAAD17-01-D-0006-0002 ----------------------------------- [X] 10B. DATED (SEE ITEM 13) - ----------------------------------------------------------------------------------------------- 21-May-2002 CODE 54266 FACILITY CODE - ------------------------------------------------------------------------------------------------------------------------------------ 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS - ------------------------------------------------------------------------------------------------------------------------------------ [ ] The above numbered solicitations is amended as set forth in item 14. The hour and date specified for receipt of offer [ ] is extended [ ] is not extended Offer must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by use 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 ACKNOWLEDGEMENT 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 you 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 schedule - ------------------------------------------------------------------------------------------------------------------------------------ 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS 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) - ------------------------------------------------------------------------------------------------------------------------------------ [X] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: 52.232.20 Limitation of Funds - ------------------------------------------------------------------------------------------------------------------------------------ [ ] D. OTHER (Specify type of modification and authority) - ------------------------------------------------------------------------------------------------------------------------------------ E. IMPORTANT Contractor [X] 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.) The purpose of this modification is to incrementally fund Task Order DAAD17-01-D-0006-0002 in the amount of $3,635,560.00. 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) John C. Carson, President LEE A. HESS/CONTRACTING OFFICER - ------------------------------------------------------------------------------------------------------------------------------------ 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED Irvine Sensors Corporation 6/13/02 /s/ John C. Carson BY /s/ Lee A. Hess 13-Jun-2002 --------------------------------------- ------------------------- (Signature of person authorized to sign) (Signature of contracting officer) - ------------------------------------------------------------------------------------------------------------------------------------ EXCEPTION TO SF 30 30-105-04 STANDARD FORM 30 (Rev. 10-83) APPROVED BY OIRM 11-84 Prescribed by GSA FAR (48 CFR) 53.243
DAAD17-01-D-0006 0002 Page 2 of 3 SECTION SF 30 BLOCK 14 CONTINUATION PAGE SUMMARY OF CHANGES Changes in Section B SUB-CLIN 000101 was added.
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000101 $ $ Incremental Funding $3M CPFF ESTIMATED COST $ 0.00 FIXED FEE $ ------------------------ TOTAL EST COST + FEE $ ACRN AB Funded Amount $ 3,000,000.00 SUB-CLIN 000102 was added. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000102 $ $ Incremental Funding $635,560.00 CPFF ESTIMATED COST $ 0.00 FIXED FEE $ ------------------------ TOTAL EST COST + FEE $ ACRN AC Funded Amount $ 635,560.00
DAAD17-01-D-0006 0002 Page 3 of 3 Changes in Section G Summary for the Payment Office As a result of this modification, the total funded amount of the contract is increased by $3,635,560.00 from $635,560.00 to $4,271,120.00 SUB-CLIN :000101 AB: 212204000000RPARG063300553G00255YANSS00W71B7J2162H0212N10RRS18129 000000000000 is increased by $3,000,000.00 from $0.00 to $3,000,000.00 SUB-CLIN :000102 AC: 972040013010RPARG02J30M202000255YANSS00W71B7J2162H2422N1GRRS18129 000000000000 is increased by $635,560.00 from $0.00 to $635,560.00