You are on page 1of 149

- .

- .-
(7) Outpatient Care. Include costs associated with a subject whiie nor occupying a bed. It normally includes anciliar)
costs only.

(8) Travcl. Include all dircct costs of travel, including transportation, subsistence and misrcllancous expenses. Travel for
staff and consultanls shall be shown separately. Identify foreign and do~ncstictravel separately. If required by the
conbact, the iolloying information shall be subm~ned:(i) Name of traveler and purpose of mp; (ii) Placc of departure.
dts~inationand return, including time and dates; and (iii) Totd cr%t of trip.

(9) C o n s u l M e e IOclude feelpaid to consultant(s). Identify cach consultani with efiort expended, billing rate, and
amount billed.

(10) Premium Pay. Includc the amount of salaries and wages ovcr and above the basic rate of pay.
-
(1 1) Subcontracts. List each subcontract by name and amount billed. -
. .

(12) Other Costs. Include any expenditure cstcgoncs for which the Government docs not rcquirc individual line !!ern
reporting. It may include some of the above categoria.

(13) Overhead/Indirect Costs. Idcntiiy the cost base, indirect cost rate, and amount billed for each indirect cost category.

(14) General and Administrative Expcnse. Cite die ratc and the basc. In ~ h ccx z of nonprofit organlzatlons, this itcm will
usually be included in the indirect cost.
--
(15) Fee. C ~ t ethe fee earned, if any.

(16) Total Costs to the Covermnrnt.

PREPARATION WSTRUCTIONS
- -.

Thesz instructions arc keyed to the Columns on Form NIH 2706.

Column A--Espenditun: Category. Enter the expenditure categories required by the contract.

Column B--Percentage of Efforfllours Negotiated. Enter the percenmge of effort or number of h o w agrced to during
contrac! ncgatiations for each labor category listed i n Column A.

Column C--Percentage of EfiorVHours-Actual. Enter the cumulative perccnmge of effort or numbcr of hours workcd by
each employee or group of employees listed in Column A.

Column D--Cumulative Incurred Cost at End of Prior Period. Er~terthe cumulative incurred costs up to the end of thc
prror reponing period. This column will be blank at the time of the subnlission of thc initial report.
-
- Column E--1ncurrd Cost-Current period'-~ntrr rhe costs which were lncurred durlng the current psrlod

Column F--Cumulative Incurred Cost to Date. Enter h e combined total of Columns D and E.
- --

Column G--Estimated Cost tu Complete. Make entries only when thc contractor estimates lhat a particular expenditure

--
category will vary from thc amount negotiated. Realistic cstimates arc essential.

Column H--Estimated Costs at Completion. Cornplc[r.only if an entry is made In Column G .

Colunm 1--Negotiated Contract Amount. Enter In this column the cosrs agreed to during contract negotiations for all
expendllure categories listed i n Column A.

Column J--Variance (Over or Under). Complttc only if an entry i s made i n Column H. When entries have been made in
ATTACHMEN-T N
Colurnrr H, this column should show the difference betwcen the estimated costs at completion (Column H) and nzgotiatcd
costs (ColumnI). When a line item varies by plus or minus 10 percent, it.,thc perccntagc arrivcd al-by dividing Column J
by Column I. an explanation of the variance should be submitted. In the casz of an overrun (net negative variance). this
submission shall not be deemed as notice under the Limitation oTCO:~(Funds) Clause of the contract

any modification m the mount negouated for an


~lodifications.L~sl- --
Item slncc the prcccding repori in the apprapnate cojt
category.

Expenditures Not Negotiated. - .List


: -CI -
any-expenditure for an item for which no arnouni ncgotiatcd (e.g., at the discretion
of the contractor in performance of its contract) in the appropnale cost category and completz all columns except for I
Column J will of course show a I00 percenr variance and will be explained Jon2 wlth those idcntifitd under J above.
Notwithstanding any other clause in !his contract. the Conbactor will not be reimbursed for the pt~rchasc,lease, or rcnra] of
any item of equipment listed in the following Federal Supply Gmups. regardless of the dollar valuc, without thz prlor u.nltsn
approval of the Contracting Officer.
-. -
67 - Photographic Equipment
69 - Training Aids and Dcv~ces
7 0 1-Gener'al%rpose h~&uipment, Software, Suppl~esand Support (Excluding 7045-ADP Supplies and
Support Equipment.)
7 1 - Furniture
72 - Household and Commercial Furnublngs and Appliances
74 - Ofice Machines and V~sibleRecord Equipment
77 - Musical Instruments. P h o n o ~ a p h sand
, Home-type Radios
78 - Recreational and Athletic Equipment

When equipnlent in these Federal Supply Groups is requested by the Contractor and determined essential by thkConaacling
Officer. the Government will endeavor to fulfill the requirement ulth equipment available from its excess personal property
sources, provided the request is made under a cost-reimbursement contract. Exrrnsions or renewals of approved existing
leases or rentals for eq~lipmentin ~hescFederal Supply Groups are excluded from the provisions of this aru'cle.

NlH(RC)-7 (41 1/84] ATTACHMENT V


OMB Bulletin 81-16
I Area W Y U N D E0LMT:ES OF C U V E R T C - W L E S iREDEl?ICi(. MCNTCOMERY,
PgIh'CZ G E O R G E ' S . S T .N~Y's.
,
';IEGitiIA C O U h T I E S OF A L E Y r W ; ) I I A , ~ L I P G T C N .f d i 9 i . U . F A L L S Cn7.C:.
. I F A U Q U I E R , 5 i ; i N G GEORGE, LOli30W. ?RINCE k'1LLI;VI. STAFF3RD.
I

..Frlnge Beneflts Requrred For All Occupacrons Inciuded In


h l s W a g e Derem1na:lon ioliow The Occupar~onal i ~ s t - n g - *

O C C U P A T I O N CODE AND T I T L E M I N I M U X HOURLY WAGE

A D M I N I S T R A T I V E SUPPORT AND CL' aRICAL:


-.-
0131: Accounclng Clerk I
- 0 1 0 ? 2 ACCOUnKino Clerk I1
- - C 1 0 1 3 Accounclng Clerk 1 1 1
O L 0 1 4 Accocnclng Clerk IV
01030 Cour: Reporter -
01055 Dispatcher. Motor Venlcle
01060 Doccmenc ?reparation Clers
3L07C.Messen~er (Courier)
0 1 3 3 0 Dcplrcar.lng X a c h r n e O p e r a z o r
01 :I0 P i l r n i T a c e Librarian .
@1::5 General Clerk I
3 1 i L 5 Seneral Clerk I ;
- 0 1 1 l 7 Cenerai C l e r k I 1 1
311;3 G e n e r a l Clerk I V
3 i l Z 5 Xccslzg keferral Assls~az:
3::): K e y SnCry O p e r a ~ o r I
S l L 3 2 Key Entry Operator ; I
9 1 1 3 1 3zaer C 1 e r . k I
91132 O r d e r Clerk i I
0:25l ? e r s ~ n n e lAsslscant
;Employment) I
01252 Fersonnel Asslstanc -
;EmploymentI I i -
- - 2 2 2 ; ; - . ? e r s o n n e l Ass~scan:
i3nploymentl 111
91254 Personnel Assistant
- ~- !Ernplo~?;lent)TV
0 1 2 - 3 Prcauc:lon Control Clerk
01243 2encal C l e r k
9 1 3 0 3 Scheduler. M3rn:ena~ce
31311 S e c r e t a r y I
5131: Secretary I!
213:; Seer-cary T i 1
0 i 3 i 4 Secretary :V
313:s Secretary 'J
013Z3 S e r . ~ i c eOrder Dlspatcher
31:;; Szcnographer 1
~ .1 3 ; : Scezographer i l
-
31433 S 1 d p c l v Tecnnlclan
% A G E 3ZTSRVINATiCN N O . : 9: -1103 i ? ~ . : .

-?1.4_'3 5cr'.'?y Worksr ! :nCsr1f1euer!


? :G ; S-.:=r.iboard Operator -
-
.4.~rs?~10nl~t
!:;l? :?st Exarnlner
2 1 S:? :?s: ?roctor
-.-
J - > 2 : Y Y ~ .-: ? : cl?rk
::3.-,e: Clerk 1 :
"535 Travel Clerk :I1 --
'2 1 6 ;;.-&*rd ' E o c e s ~ o ~i
i;S:? :dord Processor 11
016i3 word Processor 1 1 1

- AUTOPaTXC DATA PROCESSING: -

03010 Compucer Data Librarian


0304 1 computer Operacor :
03042 Compucer Operacor I 1
03043 Computer Operator 111
33044 Computer Operator I V
33045 Computer Operacor V
33071 Computer Programmer I 1:
530'1 Z o m p ~ t e rProgrammer i I 1
33072 CompuEer Programmer 111 1,
2227; C m p u c e r Programmer IV 1 /
3??31 Qmpucer Systems Analyst ! 1,'
03132 Compucer S y s t e m s a a l y s c :I ii
0j103 Compucer Sysrems .Qalysc 111 1 .
01:53 2crlpheral Squloment Operator

AUTOMOTIVE S E R V I C E :

2 5 0 0 5 ducomobl le Sody gepa 1 re:,


?lberglass
G5010 ~~~~~~~~~~~e Glass :ns:alier
3534 5 .qutomoclve Xorko:
- E!c=~rlclan. A u t a m o ~ ~ v e
.:. 5 ; 5
2 S : X loblle Equlpnenr Servlcer
3 5 1 3 ; :-locor E q ~ l p r n e n t Nrcal d u e c . ? a n l ~
3 5 i 5 2 ?!otor E q u l p m e n c Xeral Workcr
-1 -:.- - 35 ' - i o c c r Venlcie Mecnan lc
I C Z 3 '!3tcr V e h ~ c i eM e c n a n : ~ !!elper
-7-:- .5 ; ' :.lotzr vehicle Uphclscery
..
~orker
35280 Yocar Vehlcle Wrecker
5 5 3 1 7 ?a:ncer. Automoclve
2 5 5 4 0 3adlacor fiepalr Specla1:st
9 5 3 - 3 Tlre Repalrer -
2 5 4 3 3 -Transmlsslor..%epalr sp@clalrsc
.. .. -.- -
FOOD PREPARATION AND SERVICE:

P W I T U R E KAIKTENANCE AND R E P A I R :

351:113 z l e c ~ r o s r aLtC S p r a y ? a l n t e r
3554' F u r n ~ t u r eX a n d l e r
.
-AGE
-. 3ETEfYIYATI3N N O . - 9 4 - 2 1 0 3 [ J e . : 1;; - - .
:~5?5, 3;TZ 1- - - . 1537
?. 3355 3 :f ij

GENERAL SERVICES AND SUPPORT:

1122.J .<,?a:~,t '/enides =

11053 zl2va:or 3peracor


11090 Sardener
I f 1 2 1 H o u s e k e e p l n p Aide i
1 1 1 2 Housekeeping A l d e I 1 -
i l l 5 3 Janltsr
1!113 Laborer. G r o u n d s Malntena-ce
1i240 M a i d o r H o u s e m a n
1 1 2 7 C ?esc Controller
'1303 Refuse Collector
1 1 3 3 0 TracCor Operator
1 1 3 6 0 'dlndcv Cleaner

HEALTH :

1 2 0 2 3 3 9 ~ i a lAssistant
1 2 3 4 3 3rnerqer,c.j nedlcal 7 e c h z l c l a n i
Paramedic A m b u l a n c e C r l v e r
i Z 0 7 i ~ i ? - 2 n s s dP r a c c l C a l Nurse ;
123-2 i l z r z s e d ? r a c t ~ c a ? N n r s e I ?
123-2 L ~ c e n s e dP r a c c ~ c a lNurse I I I
1 2 1 C 3 3ed:cal Asslscanc
1 2 1 2 3 yed:=al L a b o r 3 C o r ~ Tect--.lclan
1 2 1 6 3 ?:?alcal Accord C l e r k
l:i+; X o a ~ c a l Record Tech?:cr;n
1 2 2 2 ; Nursing AsslsTanc I
, - - - - Surs:?c Asslscan: ;I
122:1 Sxrslnc Assistan: I 1 1
: q sslscanc IV
. --- -
- - -.. -?nar-acy Tec."-?~c;an
.: 2-: 9 3
--3L;
=hle~ocomls:
=eg:s~rred Y u r z e I
1:;: J e c ~ s r e r e dN u r s e II
- - - - - -~ e g : s ~ e r ? d N u r s e i;.
?e.t:al:sc
--
9 7 -
J 14 .?eg:scered Nurse ;I:
:;i;i 3eqls:ered Nurse X i 1
A.riesr:hec 1 s t
1 1 3 i 3 2eg:s~ered N u r s e IV
-
A N D ARTS:
-
- INFGR!TION
-..
LAUNDRY. DRY CLEANING. PRESSING.

- . - .
- -.
- - - : 75s?3215r
#

, -
- 2 - . - -",%t.?r
- 3 .At: ~ r . d a n c --
.:..-
- - . A ~ . I:--)
Z:?ar:?r
---. -
-:- ; ::n:zfler, 713:.&0r.c. Y~c!IL~.?
-.
- >. 3 + 2 --P - r : _ r e ~ + ~3. .m . l ---
.5133 ? r e s s e r , +lachine. D r y Cisanlng
15:jJ ? r e s s e r . hlacnrne,
Sh:rCS
i5?63 ? r e s s e r . Machlne. wearing
.;?pa r e l . Laundry -
15.193 S:*lnq Machine Operacor
! S 2 2 0 Tail3r
i s 2 5 9 washer, nachine

MACHINE TOOL O P g W T I O N AND REPAIR:

19C10 Machine- ~ o o lOperator


(Toolroom)
1 9 0 4 0 TQO! and Dle Maker

KATERZALS HANDLING AND PACKING:

21O;) Fuel
.-c
DLsir:DuC:on Sysrern
>perator
1 1 C 2 9 'laterla1 Caordlnacor
2 1 9 3 0 ~ate;ial Expedlcer
21340 Y a c e r l a l Hazdlzna Laborer
21350 O r d e r F:lier
:@'; F ~ r ~ l l f O:~ e r a c c r
;:Deb 2rod~c:lon Llne Worker
:Food Frocess~ng)
- - - E 3 5~:pp:n3.Receiv:ng
._I, 7
Clerk
-. -
- - - - 3 S5:pplzg Packer
-.. . -
Scare Aorker :
--.<-
--. - . --: -
-9 c i CIcrk
51 I Sheif SKocker
Scsre norker I 1 )
Z1:1: :>ais an$ ? a r c s Accenaanr
2 1 4 J C n'arenouse Speclal~s:

HECKANICS AND MAINTENANCE AND REPAIR:

2 3 0 1 9 . < : r c r a f r Mechanlc
2 3 3 4 0 Airczafc Mechanic Helper
23053 A ~ r c r a f t Quality Control
. . :?spector -
-3363 A i r c r a f C Servlcer -
..
-- -- - 2 '
---. i l r c ' f a t t ;corker
i 3 1 3 3 Appilance Mechanlc
l 2 1 2 3 3 ~ c y c l e4epalrer
Z!l>j ;able Spllcer

-.fa-. . .--L - n a n ~I~T 1


Z>'j; TiarlC W C T X P T 5 15 23
:3 2 4 ; Z L ~ ?41a:n Svsien Mechanlc 5 16 3 9
-
Z 3 3 1 3 F - r - = x c i z ~ u l s h e rReparrer S 14 .43
ATTACHMENT VI
. .-? ;cr.cral 1 3 ~xcenanceXori:?:
-,;
--
: . . z..t s ~ ; r ~ g=efr:grraz;:n
3 . . r '
. .+rz .....-L
-- 3 ~. a ~ , ~ ? o nMechan::
. lng
- J;. 3 2 %+31*;* Squ ipmen: Yect.a>;:
3 4; 2 Xei..': 2qclpzcnc 2 p e r . 5 ~ 2 r
-
- '-16.1 Ixstrumtn& xecza.nlc
a

2 3 4 72.
' 3 5 0 0 Locksrnlth
23533 Machinery Maintenance Y e c t a n l c
23550 Nachlalst, Maintenance -
- 2 3 5 8 0 Maintenanc? Trades Weiper
23640 Mlllvrlghc
.- -
; 23700 Oiflce Appliance Repalrer
2374O Palnter. Aircraft
2 3 7 6 G Palncer. Maintenance
23730 Plpefltter. Maintenance
23800 Plumber, Marntenance
23820 ?neudraullc Syscems Mechanic
23850 R:gger
232712 Scal? Hechanlc
2 3 9 9 2 Sheet-metal x o r k c r .
?lalntenance

P E R S O N A L NEEDS:

:-is-3 :h:ld Care Atconcan:


2 4 5 ? 3 C h - l d ;arc Crn:er Clerk
; i 6 2 3 Chore Aide
? 15 1 ; X a m e r n a i e r

PLANT AND S Y S T W OPERATION:

25313 Seller Tenaer


Z5043 Sewage ? l a n t Operacor
250-3 Statlonary Enqlneer
Z5133 .Jenc l l a t ~ o nZqulpmenc < ~ Z C P ~
2 *acer Treatment P l a z r me.-+:or

PROTECTIVK SERVICE:

- .- 57024 Alarm Monlcor


1'005 Correcclons Offrcer
-- - 3 ; : C3uri Sercrlcy Of flcsr
-
- 7 , . .-,
d - - 3s:encran Off-cer
L:OtJ F-roflgcter
- -- - 2Llard
-- - -. -.- z- d a z d ::
-.d-

:-;>I Pollce 3fflcer

:?013 a l o c ~ e rand 3racer s 13 a3


2 S S Z 2 S a c c n Tend2r S 13.33
ATTACHMENT VI
Speclalrsc. Sca::on
:?3L: .Air Traffrc C o ~ t r o l?;
Specrallst. Terrnlnai -
- 2 4 c 2 ; .Archeological T e c ? a l c : d n ;
'35-4 Archeological TecP-~~clan I;
5 3 2 5 Archeologrcal Tecnnlc:an ;;I
2 4 0 2 0 Car~ographrcTechr.lcran
2 4 0 3 5 Cot~puter Based Trarnlnq
Speciallst/Inscructor
29340 Clvll Engrneering Technrclan
2 9 C 6 1 Drafter I
" 3 0 6 2 Drafter II
19063 > r a f t e r I I I
:53&-i3raftrz I V
"SSel Englnecrlng T o c . - - ~ : r i a ~ , :
14382 Engineer-np Ter.n~?:c:ar I ;
2558 3 Cn<~neerlnglez.~?:clan 1::
-9i124 nj:neer:ng T c c . - - ? ~ c l a n:';
-3025 fnolncerlnq fechniclan I.
25096 Englneerrng Tec-m~rclan I:'
' 3 C 9 3 Envlronmencsl :?ccJizran
:31120 F l rght Sirnclatcr~I x s r r . - c z ~ r
,21;orl
l 9 1 5 0 Graphlc A r t i s t
Z ? : 6 3 Znscruct3:
Z 5 2 : ; laboratory Tec?--.:c:sz
13:;: Yac5enat~calT~cPn:c;?c
1 3 3 6 1 ?aralecal , L e g a l Ass :s:ar.c :
1 5 3 6 : ?3ra?eqal!Leg;l d s s : r c z n ~ ;T
? -
- l ? S j -?3rdlegSi,L e g a l Ais~sCa-: :I:
1 5 3 5 : ?araiegal ;Legal Asslscanr ! ! I
Z 3 3 5 2 ?:;:c~opc:=s Tec.-,7lc;an
I S 4 3 5 :ech&rcal i'rlter
-- -2 ; 3 1 "nexploded Or&-ance
Tec.klclan I
13-4? 2 Unexploded Ordnance
Technlclan 11
.-
-si?3 2nexploded Ordnance -
Tec.%rcran. I I i -
- .
. -
2.~454 dzexptoded Safec;,, E c c o r r
-3455 S n e x p l o d e d Sueep Personnel
1362.3 neather Observer, SeniDr 3 .
- -- Z96: 1 weather Observer, Co.+rned 3/
..
~ p p e rAir and S u r f i c e P r o g r a m s
-362' X e a r k e r CDserv?:, Upper .A:: 3;

{ T W S P O R T I T I O N I K O B ILE EQUIPMEKT
-W OPERATION:

2 1 3;; 3us 2 r l . - , e r
3 1 - 5 2 ? 3 r k l 3 g a n d LC: .:tcerd3n:
21:5? S Z * L C : ~ ? 3 u s Dr:.;er
3 i 3 3 3 y a ; . ~ 3r;.:er

- . - -_
;1 2 6 - Tr:cfidr~-Jer. 1 ~ 3 % : ~ r , ~ c ~
. .- 2 : . r u c k d r : . ~ e r , ;.!~dlorn: r u c k
-
- ..
3"::. .;?:-a: :3:2:3k?r
a9.1: : -:ash:?: '

335; l: a r z ~ . . ~1a Equlpmenc 2peri:::


4 n Euuip%enc-fiepa::?:
39043 r a r n r v a l Worker
99052 3 e s k Clerk
9 9 0 5 5 Embalmer
- 9952': Slfegua-d .-

9531: M o r c r c l a n
9315; ? a r k A t c e n a o . ~ t (Aide)
994C2 ? h o c o f l n l s h l n g d o r h e r I Photo
Lab / Dark Room f e c h n l c l a n !
9 9 5 C 3 3ecreac:on Speclalrst
9 3 5 1 . 2 2ecycllng Uorker
39611 S a l e s Clerk
9362; School Crosslng G u a r d ( C r o s s -
va 1t A K cendan:)
3962: S p o r c s Official
356:; S u r v e y P a r c y Chief
3555: S ~ r - ~ e y r nTec;i-.lclan
?
3965 SZ'fvey~sg Aide .
- 3965: w l m m l n g 2001 O p e r a t o r
9 9 ' : 1 '.'enalng M a c n l n e A t c e ~ o a a :
3 4 7 5 : ';ending Machine R e p a l r s r
397;: ..'ending Machlne R e p a ~ r e r
S? i per

* * F r i n g e B e n e f ~ t sR e q u r r e d For A l l O c c u p a t i o n s Included In
This W a g e D e t e m i n a t x o n ' *

- 3 . 5 1 .; S a e r .-.acr z r 546 4 G ~ ? wz e e k s r 5 2 0 ; 37 per


- -- -. .-- n

ACATION Two decks p a l o - . - a c a t ~ o aa f t e r 1 f e a r cf s e r v z c e w l c n a


z = r . r r a = t o r c r s u c c e s s c r , 3 a e e k s a f = e r 5 y e a r s . 4 weeks a f ~ e r1 5
ears L e n g t h of s e r \ , l c e i:.cludes :he -.hole s p a n ot c c ~ t r n u o u sservice
- - r n r h e p r e s e n t c c n c r a c c o r crr s u r r e s s o r . w n e r e v e r e m p l o y e d , a z d w::h
z-.e p r e d e c e s s o r c o n t r a c T-o r - n c h ? p e r l c r n a n c e of s l r n l l a r work a t t h e
i 3 ~ - ; .F e d e r a l f a c l l - ~ y 1 ? e 3 4 1 - L t

..-,
A S Mlnlcum o f C 2 n p a l d ho1;da)'s p e r y e a r : N e w Year's D a y ,
_
...> r c : n L u c h e r Klr.9 J r ' s a i r c = o a : / , x a s h r n q c o - ' s S r r t h c a y . Yeinorlal
= ., --7.depzndence Day, Labor 33;f. 2 o l u n b u s Day. V e c s r a n s ' Day.
I -.,
: : . a n x s o l ~ - n q 9.3:~. and C h r l s z n a s 2 . 3 ; ~ (.: - - ConZracLor m y S u b s t r t u c e fcr
= .., o f = h e r-amed h o l t a a y s anoc52r -a;-, or : u::b. ?ay ln a c c o r d a n c e ~ 1 : k
- -
: ? -;%-. .- zgnnl;.?lcaccd ro :he e - ; l o l ~ : ~ ~ln:.al:-ed
?s 1 ( S e e 2 9 CFR 4 . 1 7 ; ;
.- -.k??L;L-ZLS TO' ~EAT!~;;: L3SE;?'.'E.>,S 2':': - ..--..-
?A': L jm.z,{ 2.4,.
..,,r.; T L
, '.'3L' .
-.ark a t n l y h c a s a p a r : 7 5 a r o g c l a r t 3 ~ 3r f d ~ i j . . ~ O C;.111 e a r n a
N I G H T DIFFEREKTIAL a n d r e c e l v e a n a d e r ~ r m a l1 C P o f b d s l ; p a y f o r a n y
k o u r s worked b e ~ . x e c n6 p m a n d 6 3 ~ . I f ;TL; a r e a fcli-cine c m p l o y e c 1 4 5
k o u r s a * r e e k ) and S ~ n d a vI s a r t a f j a u r r e g u l a r ? ; . r;cheduled w o r k w e e k .
Y O U a r e p a l d a c y o u r r a c e of basic e y plus a Sunday ? r e r n l u n af ' 5 % o f
yocr 'casrc rate f o r e a c n h o u r o f S u n d a y x o r k a h l c h 1 s n - t a v e r c l m e
.. -
1 r . e . occasional .dcrk o n S u n d a y 2 u t s . I e :F.* naraal t o u r z; : : y rs
c a n s l d e r e d o v e r t l r n e work1
. .
. -
* * UEIIPORX ALLOWANCE * '

I f ernplcyees a r e req-Jlre5 t o w e a r J n l f a r n s l r , t n e p e r f a r r n a n c e of

--
t n l s ConLrac: :el:,??r 2-; c 5 e t l r 3 s cf r n ? Gc-:err.men: z - n ~ r a c c . D:.,
,..e ~ n p i o y o r . 5 ) . : ! I F s c a t ? z r i 2 c a l 3a.d. e-,: b , ~ n ec = s c s f
E ~ r n l s h l n $ suc.7 u z l i o r n ; and n a l n c a i x l z g ! c y iaunaeri:.g c r 5ry - -
c l e a n i n g ) s c r h g n l i s r m s 1s an c x p c n s e :ad: r.ay ~ c cb e D o r n e by ar, . ---
-C
e m p l o y e e %.here s c r n z ~ s ; r e d u c e s ~ h ei : c u r l y racc beio-d t n a c
r e q u i r e d r:. t x e vaqe d e t e r a i n a z l a z . The D e p a r t c e n t of L a b o r w:?1
a c c z p ~payner,: ~n a c c o r d a n c e wl:h :he f o l l o a r n g s c a n d a r d s a s
z ~ m pi la n c e -
-..-c
L c o n t r a = ~ o r3 r s u ~ ~ = r ; c r a c c o1rs r e ~ q u l r e a c- s furn:s.: aii . --.- =;
employees a i c n an.akeqxa:e c u r h e r of u n i f o r m s .~ltnou: cost 3 r t o
r e ~ m S u r s e e m p l o y e e s f a r c h e a c t u a l e o s : c f :he u n l f o r ~ s . I 2
a a d l c i o n . w n e r o .Jn:farrn c l e a n l z g a n d x a i n c e n a n c e 1 s c a P e t h e
r e s ? o n s r S l i ~ c oi ~ ~ :he ? a p l ~ . j e z , a l i contractors a n d s u 3 c o n c r a c : o r r
sub:er: z o c h i s .-.age c i e t e r a ; z a r ~ o n s h a l i i ~ neke absence of a bona
: l i e coilec::ve b a r,a,.,-..c
--.--- a c r e e n e z t p r o - ~ l d l a gf o r a 51f f e r e n c .
a m o u n t . o r :he f x r n l s h l n g of c o n i r 3 r v 3 f f \ r n a ; l v e prorf a s t o t h e
? ~ c : u a l c5st1. z e : l t 3 , ~ r s e a l l e m 3 1 0 y e e s f @ r s x c h c l e a n l n c a n d
- a r z c c n a z c e a i a r a r e o f 5 4 . 2 5 p e r deck i c r 5 . 9 5 c e n r s p e r d a y )
3;'xever. r n : : a s - : n s c a r . c e s w 1 : e r e :he u n 1 f s r r . s f u r n l s n e 5 a r e m a d e
zf " x a s h a r d d e a r " T a c e r l ~ i ~n,a y b e r o G t l n e l y washed a n d d r r e d
- l = ? o c h e r p e r s o n a l g a r m e n t s . and d o no: r e q u l r e a n y speclai
: r e a r r n e n t s u c h a s d r y c l e a n ~ n g .d a l l y u a s h ~ n g , o r c c m m e r c l a l
1 a u n d e r : n g l n o r d e r z o n e e c t h e cleanliness o r a p p e a r a n c e s c a n d a r d s
s e t by c h e t e r n s o f :he G o v e r n m e n t con:rac:, b y chc c o n t r a c t o r , b y
. . l a w , o r by t h e ? a c 3 J- t e 9 5 r-h? .dark. t h c l r e 1s n o r e q u l r e n e n t t h a t
- . . .... - - -
~ a p i o y e e so e r e l m D u r s e c f o r ua1fc:m- malncenance c o s t s .

* * NOTES APPLYING TO THIS WAGE DSTLRHINATION ' *

--."Po
Z-..--- o f O c c u p a c ~ o n ~Tll c L e z a n d D e s c r l p c l c n s
-.he d c t l e s o f e r n p l o : i f e s u n d e r job ~ l c l e sl l s c e a a r e : n o s e s e s c r r ~ e a
:n C!-,e "Seryrce C a n : r a c ~ A c t 2 : r e r z s r y o i 9 c c u p a c l o n s . " F c u r t h
Sdl:;m. ; z n a j r y 1 5 5 3 . a s a m e n d e d b y r n ? Second Scpplement, d a t e d
A a ~ n s c 1 3 9 5 . . J ~ ~ ? oSt S ner,+.lse lnaicaced T h l s p u b i l c a c l o n may b e
3 o L a l n s d f r o m ~r.5 S u p e r l n r e n d e n c g f Docurnenrs. a t 2 0 2 - 7 8 3 - 3 2 3 8 . or
- y ~ d z l c l n:a~ = z - s u p e r r - ~ e n c e x i of D c c u z e n c s , 6 . 5 . Governrnenc
' r s 3 t l ~ g Off:=-. A a s n i n o r o a . i2.C 2 O 4 L Z C o p r e s 0 : s p e c l f l c ;OD
5 r s c r ~ c : l o z s c.a;., i l c o =e o c t a l n z c i f r o 3 c h e a F D r 3 p r l a z e CDnKrdCcLRg
- - - leer
- il

A T T A C M N T VI
-- 3 s zz~ntracrrngC ~ ~ : C P C;hall . ~ ? c u ~ : o :cat an!. zlsss sf servlce
.-
--" afnpToyei vnlch I s no: !isred herein and ;..h.;ch is co be employed
under tnc contract 1i.e.. :he vork to b r performed :s no: performed
by any classlflcatlon llsted Lr. the xag? decermlcationl. be
classlfled by the contractor sc a s zo provl2e a roasanable
rclaclonshlp ( 1 . e . - appropr1a:e level o' skill cornparrson) between
s u c h unllsted ~ ~ a s ~ i f l ~ aand t l:ne~ n =!asslflcaclons
~ llsceo ln rne
wage de-te,rnrnatlon. Such cor.:armed classes of employees shall te
p a : i c h e monetary wages and furnrsned the frl3ge benefics as are
deiermlned. Such conforming Frccess shall be lnltlaced by cne
concractor prlor LO the periorniance of concract work by such
unllsced class(es) of employees The conforzed classiflcat~on.
wage race. and/or frlnge benefrts shall be retroact-ve to the
comrnencemenc dace o f rhe contract. (See S e c ~ r o n4 . 6 1CJ (vi))
Ahen muitiple wage d e ~ e r n ~ n a c l c nare
s 1 x L l u 3 e d in a con=rac:. a
ssparaie SF 1444 should be prepare= for t a c h wage decerxlnat~on-0
whlch a class(es1 1s io 5s conformsa. -
,Ihe process for preparlng a conformance request 1s as follows

1: +hen preparlng :he bid, E k e co?~zactor iaenclflrs the need for a


csnformec occupazlonls) a n d computes a proposed ratc.1~)

2 ) AfKcr contract award, che concracycr preparss a wrltten report


1is:lng lr: order prcposed c l a s s ~ f ~ c a L i , -
:~:!elsl.
z 3 Federal g ~ a ~ - r . - z
ecprvalency ( ~ G Z Ifor e3ch proposed cla~sltrcaclonls).lob
descrlptlon(sl, and rationale Tar ~ f o p o s e d,wage racels), 1nc;udrng
;nfsrnacion regarding :he agr??r,en: or d~sa;reenenr of che
a u ~ h o r l z e d representat:*~e of :he employees ~ n v o l v e c ,or where there
is co au:hcr; zed repre_cen:ac:v?. :he elllplc>.ces tnen~selves. Thl,s
reporc should be s c b m l c ~ 2 dto che concractrna offrcer no lacer rk'a?
3 C days afcrr s i d c h xnllscec c:assfesl of sc?l~yees performs any
C ~ ~ L , T ~.darkC L

11 The contract~nq offlcer revreus :he oroposed artlon and promp:ly


s u b m l r s a repor:
o f ihe acilon toqerher wltn che agency's
recammenda~rons and percrnent znforma~lonrncludrng the posltaon of
:he contractor and the enpioyees to tne wage and Hour Dlvrslon.
Employment Standards Adnrnlstratron, U S Department of Labor, for
revlew ( S e e seccson 4 5 (bl 2 1 of Regulat~ons 29 C F 4 Part i l
-
-
q).-iilchln 30 days of receipt- : ? e & a g e ar.d Hour D - - ~ l s l oapproves,
n
nodrfles, or alsapprovcs :he a c r i a n v - a cransmlctal to the agency
COntraCCLng offrcer, or not-f:cs Ch2 c3ncracclnq afflcer chat
a d d l t ~ o n a l :rme wll: 5e required Lo 3rocess tke requesr

5 ) The c~s:raccrnq offlcer cransxlcs :he Wage and sour declslon to


:he C3ctz3CcOr.

51 T h e concracrar rnforrns :he affect5d employees

;nEorrac:?z requlred o y t > e Reqaiaclons m-sc be s."brnit:?d on S F


1 4 4 4 or bond paper.

Wh?n prepa;;zy a csnformance r?T;est. :he " S r r v l c e C o n t r a c c A c t


3lreccgry of Occupac~ons" i r h e DlreC:3rv! 5hou!d be used to compare
;OD deiinlrions :o : n s - r e zna: aucles requested are no= performed
b y a c l a s s ~ f ~ c a c : a n a l i e a d y L:s:*d Ln In? - a s ? ze-?rnrna::~n
=ernember. 1r 1 s nor :he 5 ' 2 3 I;:-?. 2-: ZF.? r?q;; r e 5 ~ 3 s . i : 1 ~:~;
derr5rr;ilne -dnscner a c l a s s 1; 1:1L520 : 1 3' 5s:a~)11~?~ . -d
.3<~
decernlnatlon.
-
Confornar.ces x a v .73: 3e ~ ~ j ?:Cd 3 : : : 5 : : 1 3 i l : s ~ l i :
r ~ n b r n e .o r subalvlde c l a s s i f ::st : ~ n s l , s ~ ? d 12 L.?? - a g r
.--- -
2 c t e r ~ l n -a t:on
. .- - -
-. DISCLOSURE OF LOBBYING ACTIVITIES
CONTINUATION-SHEET
Approved by OM9
-.-
03480046
I -7

-
Reporting Entity: Page of

1
i
I

Authorized for Local Reproduction


Slandard Form-UL-A
1 . CONTRP ' - :D CODE PAGE OF PAGES
AMENDVENT OF SOLICITATIONIM:.. AFICATION OF CONTRACT
- 1 2
-
2. AMENDMENT~MODIFICATIONNO. 3. EFFECTIVE DATE 4. REOUlSlTlONlPURCHASE REQ. NO. 5. PROJECT NO. applicable)

26 07/24/06 N/A
I I I:
6. ISSUED BY CODE 17.ADMINISTERED BY CODE
(if orher than /tern 6 )
Acquisitions Management & Operations Branch
Natlonal lnst~tuteof Allergy and Infectious Diseases
10401 Fernwood Drive, RmlNE-28, MSC 48 13 -
-

Bethesdq MD 208 17-48 13


8. NAME AND ADDRESS OF CONTRACTOR
- - /No.,- street, c~h/, county, Stare and ZIP code) (x) 9 A . AMENDMENT OF SOLICITATION NO.
.==. =-

Matthews Medla Group, Inc 9B. DATED (see Item 1 I)


2600 Tower Oaks Blvd, Suite 200
Rockv~lle,MD 20852 - 10A. MODIFICATION OF CONTRACT/ORDER NO.
NO1 -A0-9273 1
10B. DATED /see Ifem 13)
CODE ] FACILITY CODE 09/29/99
11. THlS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

The above numbered soltcltatton IS amended as set forth tn ltem 14. The hour and date speclfled for recelpt of Offers 1s extended 0 1 s not extended.

Offers must acknowledge receipt of this amendment prior t o the hour and date specified in the solicitation or as amended, by one of the following'methods:

(a1 by complering item 8 and 15, and returning copies of the amendment; (bl By acknowledging receipt of this amendment on each c o p y of the offer
submined; or lc) By separate lener 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 A N 0 DATE SPECIFIED M A Y RESULT IN REJECTION OF YOUR OFFER. If
by vinue of this amendment you deslre to change an offer already submitted, such change may be made by telegram or lener. provided each telegram or lener makes
reference to the solicitation and this amendment, and is received prior to the openlng hour and date specifled. =

1 2 . A r r n l J N T I N c Ahln * npROPRIATION DATA (if regurred)


-.
EM: 3 Code 25.20
-
bY -
13. THlS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS
IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.
(XI A. THlS CHANGE ORDER IS ISSUED PURSUANT TO: (Spectfy a u t h o r t t y ) THE CHANGES SET FORTH IN ITEM 1 4 ARE MADE IN THE
CONTRACT ORDER NO. IN ITEM 10A. -- -
-- - - --
8. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATION CHANGES ( s u c h as changes In
X p a y l n g offtce, approprlatlon date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 4 3 . 1 0 3 ( b ) .
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PUfiSUANT TO AUTHORITY OF:
Article B.2.f.
I
I D. OTHER (Specify type of rnodif~carionand authority).

E. IMPORTANT: contractor: IS not 0is required to stgn thls documen1 and return copies to the issuing .otftce.

14. DESCRIPTION OF AMENDMENT/MODIFICATION [Organized by U C F sectaon head~ng,lncludtng soltc~tat~on/contract


sub~ectm a n e r where feasible.)
The purpose of this modification is to change the Project Officer designation.
Amount Funded Total Contract Amount
Costs Fee Total Costs Fee Total
Pre\,ious Funding 59,87 1.692.61 bf $9.87 1,692.61
-.-.
This Mod - $0 SO $0 $0
' Total
-
6'-'"
'
. ,
$9,87 1,692:6 1 $9,87 1,692.61
.-.
- --
- .. Total F u n d e d : $9,871,692.61(Unchanged) Total Contract. 69,871,692.61 (Unchanged) C o n t r a c t E x p . Dare: Sept. 28. 2006 (Unchanged)

Except as provided herein. .I! items and conditions of the document relerenced in Item 9 A or 1011. ar heretofore changed. remains unchanged and in full force and eflecl.

15A. NAME AND TITLE OF SIGNER ( T y p e or p r i n t ) 16A. NAME AND TITLE OF CDNTRACTING OFFICER

John Foley, Contracting Officer, AMOB, NLAID


15C. DATE SIGNED 168. 16C. DATE SIGNED

BY

/Signature o f Conrracling
A A
[Signarure o f person authorrzed l o s ~ g n l

NSN 7 5 4 0 - 0 1 - 1 5 2 - 8 0 7 0 30-105
(Rev 10-83) ~ r e w byd GSA '
PREVIOUS EDITION NOT USABLE FAR 148 CFR) 53.214lal
Contract NO1 -AO-9273 1, Modification 26 Paie 2 of 2

BEGINNING WITH THE EFFECTIVE DATE OF THE MODIFICATION, THE


CONTRACT IS HEREBY MODIFIED AS FOLLOWS:

.-c
l. -9 -- - -
1. Anicle G.1, project officer, is hereby changed to remove Dr. &chard Davey and
designate Dr. Michael Sneller as the Project Officer.

2. Please refer any questions30 Tenie Nestor (301) 402-6790.

.4LL OTHER TERMS .4ND CONDITIONS REMAIN UNCHANGED AXD IN FULL


, FORCE AND EFFECT
5 .=
X0 1-AO-9273 1, Modification 15 - . Page 2
- . -
BEGLh%ING U'ITH TKE EFFECTIVE DATE OF TH-E MODLFTCATIOY, T'HE COSTKACT IS HEREBY
MODIFZED AS FOLLOWS:

1. Anicle B.2,-Estimated Cost and Fixed Fee, paragaph a through e, a e re~lseato read a follows:
--

a The estimated cost of this contract is I


- X a-- -
bf
b. The fixed fee for this conmct is b The fmed fee shall be paid in kstai!ments
based on the percentage of completion work as determined by the Contracting Ofiicer. and
subject to the withholding provisions of the clauses ALLOWABLE COST AXD
PAYMENT and FIXED FEE reference in the General Clause Listing in Pan TI, .SRTICLE
1.1 of t h ~ scontract. Payment of fixed fee shall not be made in less than monthly
increments.

c. The Government's obligation, represented by the sum of the esrimated cost plus 5xed fee,
is $9,871,692.61

d. Total funds currently available for p a p e n t and allotted to tl.;~ rnn?r.pT increased by
S85,000.00 from $9,786,692.61 tn q Q a71 607.61 of whjch E f/ presents the
estimated cons, and of which I bif *resentsthe fixea iee. r or rurther provisions
referenced in Part 11, ARnCLE I 2,
on funding, see LIMITATION ur r u h ~ clause s
~ ~ & o r i z eSubstitutions
d of Clauses.

e. It is estimated that the amount allotted -ill cover performmce of the c o n ~ a cthrough
t
September 28,2006. -.. - - ---
---

2. Article B.4, Advanced Understmdin?~,is revised ro add the follouing level of effort to the
contract:

Authorize t$e recruitment and use of a full-time office-based patient protocol research nurse to
provide assistance mith the collection and screening of pztient referrals to determine eligibility
for OP8 protocol participation; work with the OPS SC staff to identify the most appropriate
studyismdies for the patients' enrollment; as well as work uith OP8 staff on optimizing the
referral nework; help develop advertisement through local or national media to assist wlth the
recnutment efforts; and perform similv tasks related to mhancing the entry of patients onto
NIAlD intramura! trials. Performance of this task was authorized on March 1,2006. Current
contract funds will be usehior this purpose.
-

Ailthnrin= logistic4
conference support services in the approximate mount of $ b
- -
by ivhich supplements the Subcontrrct) for the Gene Therapy for Jnl~ented
L ~ ~ ~ urficiencies
U X K coderence to occur September, 2006. Authorization was given for
performace of this rack on March 1, 2006

3. As a result of h s modification, the contra3 value has been inaeased by SS5,000 fiom
$9,786,692.61 to $9,871,692.61

4. Please refer any qcestions to LaDonna Stewart (301) 451-81 17.

ALL OTHER TERMS .4\D COTDITIONS REMAW LYTCHAh'GEDAYD IN FULL FORCE AID
EFFECT
AMENDMENT OF SOLICITATION 1 MODIFICATION OF 1 lD I .P A Z E G:

CONTRACT li 1
2;;::

2 AMENDMENTlMODlFlCATlON NO 5 EFFECTIVE DATE 4 REOUlSlTlONlPURCHASE RE0 NO 5 PROJECT N3


(If appitcao,e)
24 9129105 MMG-1

6 ISSUED BY -CODE 7 ADMINISTERJD


- BY CODE 1
A c q u ~ s ~ t ~ oManagement
ns and I I 1
Operations Branch
Nat~onalInst~tuteof Allergy a j d Infg&us-Dlsease% =
10401 Fernwood Road. R m 2NE-28. M S C 4813
Bethesda, M D 20817-4813
I
9A AMENDMENT OF SOLICITATION NO
B NAME AND ADDRESS Of CONTRACTOR (NJ . slreel counly. Stale and ZIP code)

att thews
M e d ~ aGroup. Inc
2600 Tower Oaks Blvd . Suite 200
j a/ 9s OATED (SEE nEM 11) -

NO1-AO-92731
a 100 DATED (SEE ITEM 13)

CODE / FACILITY CODE 9/29/99


11 THlS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

The above numbered sol~c~tatton 1s amended as Set forth In Item 14 The hour and date specified for rece~ptof Offers 1s eaended [7 1s not enenoed
Offerors must acknowledge r e c e ~ pof t t h ~ samendment prlor to the hour and date specified ln the sol~cttatlonor as amended, by one of the followtng metnods (a) By
complellng Items 8 and 15 and return~ng coples of the amendment. (b) B y acknowledg~ngrecelpt of t h ~ samendment on each copy of the offer submlned or (c)
By separate letter or telegram whlch Includes a reference to the soltc~tatlonand amendment numbers F A K U R E DF YOUR ACKNOWLEDGEMENT T O B E RECEIVED
A T T H E P I A C E DESIGNATED FOR T H E RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED M A Y RESULT IN REJECTION O F YOUR OFFER If
by vlrtue of this amendment you deslre to change a n offer already submitted such change may be made by telegram or letter provloed each telegram or letter makes -.
reference to the s o l ~ c ~ t a t ~and
o n thls amendment and 1s recelved prlor to the openlng nour and date spectfied
1 2 ACCOUNTING AND APPROPRIAT~ONDATA (Ifrequlred)

EIN
- . OC Code 25 20 CAN 58365404. AMT $886 134 CAN 58365405 AMT $379 771
- r

13 THlS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS'ORDERS


IT MODIFIES THE CONTRACTIORDER NO AS DESCRIBED IN ITEM 14 -- -- -
O A THIS CHANGE ORDER IS ISSUED PURSUANT TO (Specify Aulnonly) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO IN ITEM IDA

B THE ABOVE NUMBERED CONTRACT/ORDERIS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes In paylng o ~ approorla:,on
i ~ oata etc 1 SET
FORTH IN rrEM 14 PURSUANT TO THE AUTHORITY

/ C THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORIV OF

Arl~cleB 2 I
0 0 OTHER (Specily type of modff#cattonand aulhonly)

I
E IMPORTANT Contractor IS not. 0 IS requlred 13 sign tnls document and return -copy to Ihe jssulng omce

14 DESCRIPTION OF AMENDMENTIMODIFICATION (Organaed By UCF sec1,on headlngs lnciuding sohc~ta1torJron!rac~


sublect matter where feas>Ble)

The purpose of thls m o d ~ f i c a l ~ o1sn to correct contract amounts based o n mod1fica:lon 3 and add a n ~ncrementof funds for the next contract year

Amount Funded Total Contract Amount


Costs FP- T&al Costs Fee Total
. .
Prevlous Fundlng
Ttus M o d
Total
$

9 $
$8 520 787 61
$126190500
$9 786 692 6 1
: -hy
$' $ by
sq 786 6 9 2 61

0 00
786 692 61
- --

- - Total Funded $9 786 692 61 (Changed) Total Contract $9 786 692 61 (Unchanged) Contract Exp Date September 28 2006 (Unchanged)

15A NAME AND TITLE OF SIGNER (Type or prlnt) /


Excepl as provided here," all lerms and cond~llonsof the document referenced In Item 9A or 10A, as hereloforechanqed remalns unchanged and In full force and etfecl
164 NAME AND TITLE OF CONTRACTING OFFICER (Type of prlnl)

T e r r ~ eNestor Contracting Offtcer AMOB NlAlD

150 CONTRACTORIOFFEROR 16C DATE SIGNED

(Sqnalure of person aulhor~zedlo Slgl)


NSN 7540-01-152-8070 30 105 STANDARD FORM 30 (Rev 10-83)
PREVIOUS EJ'TION UNUSABLE PRSC~W Dy ~
GSA
FLS (4G CfR' 53 2 4 3
NO1 -AO-9273 1, Modification 24 Page 2 of 2

1. Based on the processing of Modification 3, the total contract value on the mod is corrected to read
$8,577,861. After applying this revised total contract value to all subsequent modifications. the total
contract value on the most recent modification is corrected to read $9,786.692.61. This correction does
not affect the total amount obligated in previous modifications.
---2--N

2. Article B.2, Estimated Cost and Fixed Fee, paragraphs a through e are revised to read as follo\vs:

- a. The estimated cost of this contract is $ by


b. - The fixed fee for this contract is I bf ie fixed fee shall be paid in installments based
on the percentage of completion or work, as determined by the Contracting Officer, and subject
to the withholding provisions of the clauses ALLOWABLE COST AND PAYMENT and
FIXED FEE referenced in the General Clause Listing in Part 11, ARTICLE 1.1. o f this contract.
Payment of fixed fee shall not be made in less than monthly increments.

c. The Government's obligation, represented by the sum of the esdmated cost plus fixed fee, is
$9,786,692.61. --
..

- -

d. Total funds currently available for payment and allotted to thic r n n t r a r t arp increased by
$1,265,905 from $8,520.787.61 to $9.786,692.61, of which $ bf represents the
estimated costs, and of which % b presents the fixea ree. r o r iurther provisions on
funding, see LIMITATION OF I "lTUu referenced in Part 11, ARTICLE I.2., Authorized
Substitutions of Clauses. -------:-

e. It is estimated that the amount currently allotted will cover performance of the contract through
September 28,2006.

3. As a result of the current modification the total contract value remains unchanged at $9,786,692.61

4. Please refer any questions to Carrie Hickrnan, 301-402-6835.

ALL OTHER CONTRACT TEFU4S REMAIN UNCHANGED AND IN FULL FORCE AND EFFECT.
---
I 1. CObl"rlCT I D CODE PAGE 3 7 CAGES
AMENDMENT O F SOLlClTATlO !,ODIFICATION OF CONTRACT
.--
1 I
M
I 7

2. AMENDMENTIMODlFlCATlON NO. 3. EFFECTIVE DATE 4. REQUISITION!PURCHASE RED. NO. 5. PROJECT NO. 1,: a331,;a>:?

23 01!3 1105
6. ISSUED BY CODE 7. ADMINISTERED BY CODE
(if orher than /fern 6 )
.4cquisitions Xlanagement & Operations Branch
National Institute of Allergy and Infectious Diseases
--
10401 Femwood Road, Rrn 2NE-28, MSC 48 13
Bethesda, h4D 208 17-4 8 13
8. NAME AND A D l M E S S ~ O N T R A GOR
f ( M a . , srreer, ciry; counry, SIdre a n d ZIPcodel 9 A . AMENDMENT OF SOLICITATION NO.

Manhews Media Group, lnc. ( 198. DATED (see lrern 7 7 1


2600 Tower Oaks B l ~ d . Suite
, 200
Rockville, MD 20852 - 10A. MODIFICATION OF C0NTRACT:ORDER NO.
NOI-A@-92731 -
100. DATED (see Itern 131
. ..
'CODE I FACILITY CODE 09/29/99
11. THlS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

0 The above numbered s o l ~ c i r a t ~ oI Sn amended as set forth in Item 1 4 , The hour and date speclfled for rece~ptof Offers 1s exteqded IS nor extended

Offers must acknowledge recelpt of t h ~ samendmenr prior t o t h e hour and date spec~fledIn the s o l ~ c ~ t a t i oorn as amended, by one of the following methods.

(a) by completing Item 8 a n d 1 5 , and returning coples of the amendment. (b) By acknowledging receipt of thls amendment on eacq copy of the offer
submitted, or ( c ) B y separate letter or telegram whlch lncludes a reference t o the sollc~tarlonand amendment numbers FAILURE OF YOUR ACKNOVJLEDGMENT TO BE
RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIEIED M A Y RESULT IN REJECTIOY OF YOUR OFiEi? If
by vtrrue of thrs amendmenr you destre t o change an offer already submitted. such change may be made b y telegram or lener, provlded each telegram or lener makes
reference t o the s o l ~ c i t a t ~ oand
n rhls amendment, and IS recerved prlor t o the openlng hour and date-specifre3

12. ACCOUNTING A N n APPROPRIATION D A T A (if required)


EIN: OC Code 25.20

13. THlS ITEM APPLIES ONLY T O MODIFICATIONS OF CONTRACTSIORDERS


IT MODIFIES THE CONTRACTIORDER NO. A S DESCRIBED I N ITEM 14.
(x) A. THlS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify a u t h o r i t y ) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE
CONTRACT ORDER NO. IN ITEM 1 0 A . -- -
5.THE ABOVE NUMBERED CONTRACTiORDER IS MODIFIED TO REFLECT THE ADMINISTRATION CHANGES ( s u c h as changes i n
p a y i n g o f f i c e , a p p r o p r ~ a t i o nd a t e , e t c . ) SET FORTH I N ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.1031b).
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D OTHER ( S p e c i f y type o f rnodificarion and aurhoriryl


X MUTU?V. AGREEMENT OF THE PARTIES

E. IMPORTANT: Contractor n 1s not a 1s requlred t o slgn t h ~ sdocument and return coples t o the tssulng o f f i c e

1 4 DESCRIPTION OF AMENDMENT/MODlFlCATlON (Organized b y UCF section heading lnclud~ngs o l ~ c i t a t ~ o n l c o n t r asubject


c~ matter where feasible 1
The purpose of t h ~ srnod~ficarlon1s to author~zeforeign travel

Amount Funded Total Contract Amount


. .
Costs FP -
P ~ , Total rnrtc Fee Total
- . . Pre\ious Funding S. 5 8,520,787.4 1 S9.760.692.61
This Mod SO
Total 9 / $8,520,787.61 S .'9,760,692.61
- --

Tola1 Funded: S8.520.787.61 (Unchanged) Total Conrracr. $9,760,692 61 (Unchanged) Conrract Erp Dale. Sepr. 28. 2006 (Unchanged)

9 A ot 1 0 A .
Except as provtded herein. ell items and condttionr 01 the document rcftrenced I n l ~ e m DS he~elo(orechanged. ternsins unchmnpcd and in lull force mnd ellcct.

15A. NAME A N D TITLE OF SIGNER (Type o r p r ~ n t ) I 16A. NAME AND TITLE OF CONTRACTING OFFICER
/PL+-P . 4 6 -~ S H S R
~ c 63 Terrie Nestor, Contracting Officer, AMOB. NIAID
1 5 8 . CONTRACTORIOFFEROR 15C. DATE SIGNED

BY

(Stgnarure o f p e r s o n aurhor~zedro stgnl


/ /
126 OJ-

(Signature o f Conlracrlng Off~cerl

NSN 7 5 4 0 - 0 1 -15 2 - 8 0 7 0 30- 105 STANDARD FORM 30


(Rev 10-83) Prescribed b y GSA
PREVIOUS EDITION N O T USABLE FAR ( 4 8 CFR) 53.2141a)
Page 2 of 2

BEGINNING WITH THE EFFECTIVE DATE O F THE MODIFICATION. THE


CONTRACT IS HEREBY MODIFIED AS FOLLOWS:

-
1. The.pumose nf this modification is to authorize foreign travel to South Africa for
k in the approximate am&nt of 6 q
trip and P b-#
,r the January 2005
)r the April 17. 2005 through May 7, 2005 trip. for a total of
Current contract funds will be used for this purpose.

2. As a result of this modification, the total dollar value remains the same.
-

3. Please refer any questions to Carrie Hickrnan (301) 402-6835.

ALL OTHER TERMS AND CONDITIONS REMAIN UNCH4NGED AND IN FULL


FORCE AND EFFECT
- 1. CONTRACT ID CODE PAGE OF PAGES
AMENDMENT OF SOLICITATIOh' ~DIFICATIONOF CONTRACT
1 2
2. AMENDMENTIMODIFICATION NO. 3. EFFECTIVE DATE 4 ~ ~ ~ ~ ~ ~ T ~ O N / P U REO.
RCH NO.
A S5.EPROJECT NG. (if appl~cable)

22 09/30/04 A104
6. ISSUED W CODE 7 . ADMINISTERED BY CODE
(if orher than item 6)
Acquisitions Management & Operations Branch
National Institute of Allergy and Infectious Diseases
10401 Fcmwood Road, Rm 2NE-28, MSC 4813 -
-
Bethesdq MD 208 17-48 13

_-* -- -
8. NAME AND ADDRESS OF CONTRACTOR (No., streel. CIV, couniy, Sfale end ZIP code)
-
(x) 9A. AMENDMENT OF SOLICITATION NO.

Matthews Media Group, Inc. 90.DATED (see lrem 1 1 )


2600 Tower Oaks Blvd., Suite 200
Rockville, MD 20852 10A. MODIFICATION OF CONTRACTJORDER NO.
- NO 1-AO-92731
10B. DATED (see lrem 13)
CODE ( FACILITY CODE 09/29/99
- -- - - -

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

The above numbered sollcltatlon IS amended as set forth In Item 14. The hour and date s p e c ~ f ~ efor
d recelpt of Offers 1s enended ts not exrendad

Offers must acknowledge receipt of this amendment prior t o the hour and date specified in the solicitation or as amended, by one of the tollowing methods:

la) b y completing item 8 and 15, and returning copies of the amendment; lb) By acknowledging receipt of this amendment o n each copy of the offer
subrnined: or (c) By separate lener or telegram which includes a reference t o the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE
RECEIVED A T THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If
by vinue of this amendment you desire t o change an offer already submined, such change may be made by telegram or lener, provided each telegram or lener makes
reference t o the solicitation and this amendment, and is received prior to the opening hour and date specified.
--
12. ACCOUNTING AND APPROPRIATION DATA (if required
EM: 1-52-1 90-0836-A3; OC Code 25.20
-
13. THlS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSJORDERS
IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.
Ix) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: ( S p e c ~ f yauthor~ty)THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE
CONTRACT ORDER NO. IN ITEM 10A. - -- -
B. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATION CHANGES (such a s changes In
X paymp office, appropriation date, rtc.) SET FORTH IN ITEM 14. PURSUANT TO THE AUTHORITY OF FAR 43.103[b).
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of mod~ficarionand aurhoriryl.

E. IMPORTANT: Contrectar: is not 0is requtred t o sign this document and copies to the issuing otf~ce.
n
14. DESCRIPTION OF AMENDMENTIMODIFICATION (Organized by UCF sectlonheading, including solicitation/contract subject matter where feasible.)
n
The purpose of this modification is to change thc CANS that were used in ~ o d i h c a t i o n20. See page 2 for details.
il
I
Current This Modification , Total
Contract Value $9,760,692.61 $0 -.- $9,760,692.61
. . . .. . ...
Expiration Date: September 28, 2006 (Unchanged)

Except sr provided herein. all i t e m and conditions of Ihe documenl referenced in Item 9 A or 1 0 A . as herelofore changed. remain8 unchanged end in full lorcr and rffect.
B
15A. NAME AND TITLE OF SIGNER (Type or print)
1I '91 .
IA !NAME A N 3 TITLE OF CONTRACTING OFFICER

~ e k i Nestor;Conmacting
e Officer, AMOB, N W D
I s
150.CONTRACTORlOFFEROR / 15C. DATE SIGNED I 16'5. UNITED STATES OF AMERICA 1 16C. DATE SIGNED

ISignarure of person aulhorized l o sign1 I


I I Il 1
I NSN 7540-01-1 52-8070 30-105
,
I STANDARD FORM 30
[Rev 10-831 Prescribed by GSA
PREVIOUS EDITION NOT USABLE FAR (48 CFR) 53.214ta)
Page 2 of 2

BEGMNING WITH THE EFFECTIVE DATE b~ THE MODIFICATION, THE


CONTRACT IS HEREBY MODIFIED AS F O ~ L O W S :
I1
1. Thefollowing CANS are changed on ~obification20 as indicated:

From: 4-8365412
I1
$841,824.00
--

.----
"'"' ' ' ' ' ' ' ' '"To: -4-8365404 S841,824.0;0

From: 4-8365413
I
$360,782.q;0
To: 4-8365405 - $360,782.00
I1
2. As a result of this modification, the total lldollar value remains the same.
I1
3. Please refer any questions to Carrie ~ i c k h a n(301) 402-6835

ALL OTHER TERMS AND CONDITIONS R E ~ ~ UNCHANGED


I N AND IN FULL
I
FORCE AND EFFECT
--
1. CONTRACT ID CODE PAGE OF PAGES
AMENDMENT OF SOLICITATION - 3DIFICATION OF CONTRACT
2. AMENDMENTIMODIFICATION NO.
- --
3. EFFECTIVE DATE 4. REOUlSlTlONlPURCHASE REQ. NO
1 -
&
l

PROJECT NO. (tt a2plt;able:


21 09/23/04
I I
6. ISSUED BY CODE 17. ADMINISTERED BY CODE
Of other than /tern 6)
Acquisitions Management & Operations Branch
National Institute of Allergy g d Infectious D~seases
--
1040 1 Fernwood Road, Rm 2NE-28, MSC 48 13
Bethesda, MD 208 17-48 13
8. NAME AND ADDRESS O F L W T R A C T Q R (No .-sfreef, crrv, counry. Srafe and ZIPcodel
Matthews Media Group, Inc.
- (x) 9A. AMENDMENT OF SOLICITATION NO

2600 Tower Oaks Blvd., Suite 200 9B. DATED (see Item 1 7 )
Rochille, MD 20852
- 1OA. MODIFICATION OF CONTRACTIORDER NO.
NO1 -AO-9273 1
105. DATED (see Item 1 3 )
CODE ] FACILITY CODE 09/29/99

11. THlS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

The above numbered s o l t c ~ t a r ~ o1sn amended as set foRh in Item 14. The hour and date specifled for recelpt of Offers IS extended is not extended

t thls amendment prior t o the hour and date specifled In the solicitation or as amended, b y one of the following methods:
Offers must acknowledge r e c e ~ p of

(a) b y completing item 8 and 15, and returning coptes of the amendment; lb) B y acknowledging receipt of this amendment on each c o p y of the offer
subrnined; or (c) By separate lener or telegram which includes a reference to the solic~tationand 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
b y virtue of this amendment y o u des~ret o change an offer already submitted, such change may be made b y telegram or lener, provided each telegram or lener makes
reference to the solic~tationand this amendment, and IS received prior t o the opening hour and date specified.--

12. ACCOUNTING ANn 4PPROPRIATION DATA (if required)


3 C Code 25.20
h '4
13. THlS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS
IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.

-
(x) A. THlS CHANGE ORDER IS ISSUED PURSUANT TO:
CONTRACT ORDER NO. IN ITEM 10A.
(Spec~fyauthor~ty)THE CHANGES SET FORTH IN ITEM 1 4 ARE MADE IN THE
__
--- __.-

B. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATION CHANGES (such as changes In
X paying o f f ~ c e ,appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.1031b).
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modlflcation and authority)

E. IMPORTANT: Contractor: IS not is requ~redt o sngn this document and return coples to the lssulng o f f ~ c e

14. DESCRIPTION OF AMENDMENTIMODIFICATION (Organized by UCF section headlng, ~ncludlngsolic~tation/contractsubject matter where feasible.)
The purpose of this modification is to change the Project Officer designation from Dr. Richard Davey to Dr. Christian Yoder.

Amount Funded Total Contract Amount


Costz Fee 7 Total Cozrc Fee Total

'
-
- Prev~ousFunding
Thls Mod
5 : / I $8,520,787 61
$0
b 6f $9,760,692 61
$0
Total $ 5 58,520,787 61 5 $9,760,692 61
- -

Total Funded . $8,520.787.61 flt'nchanaed) Total Contract: $9,760,692 61 f Unchanpedl Contract Exu. Date: Seut. 28,2006 fUnchannedl

Excspl ma provided herein. all ilerns mnd conditions of the document rclcrenced in ltem BA or 10A. ms heretolo~echmnped, rernmins unchmnped mnd in full force mnd enect.

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER

Terrie Nestor, Contracting Officer, AMOB, NLAID


158. CONTRACTORIOFFEROR 15C. DATE SIGNED 160. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY B
%&~U.LMQ
ISrgnarure of person aufhorrzed to sign1 (S~gnarureof Conrrecfing Officer1

NSN 7540-01-152-8070 STANDARD FORM 30


(Rev 10-83) Prescribed by GSA
PREVIOUS EDITION NOT USABLE F A R 148 CFRI 53.2141s)
Contract NO 1-AO-9273 1, Modification 2 1 Page-2 of 2

BEGINNING WITH THE EFFECTIVE DATE OF THE MODIFICATION, THE


CONTRACT-IS HEREBY MODIFIED AS FOLLOWS:
--

----
1. Article G.l,
z- -
Project Officer, is hereby changed to remove Dr. kchard Davey and
designate ~ h n $ i a nYoder as the Project Officer.

2. Please refer any questions to Carrie Hickman (301) 402-6835.


-

ALL OTHER TERMS AND CONDITIONS REhUIN CThTCKAhTGEDAND IN FULL


FORCE AND EFFECT
1. CON ZT I D CODE PAGE OF PAGES
AMENDMENT OF SOLICITATION;.~IODIF~CAT~ON
OF CONTRACT
- - -. . 1 1
L

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITIONIPURCHASE REQ. NO. 5. PROJECT NO.

1.
,tialpjlcable:

20 09!29/04 A 104
-
6. ISSUED BY CODE 7. ADMINISTERED BY CODE
(if other than ~ r e m6)
Acquisitions Management & Operations Branch
National Institute of Allergy-id lnfectious Diseases --
10401 Fernwood Drive, Rm 2NE-28, MSC 48 13
Bethesda, MD 208 17-48 13
8. NAME AND ADDRESS OFTONTRACTOR (NO, street. citv. county, State a n d Z I P c o d e l ' (x) 9A. AMENDMENT OF SOLICITATION NO.

Matthews Media Group, Lnc. 98. DATED (see lrem 1 1 )


2600 Tower Oaks Blvd, Suite 200
~ o c k v i l l eMD
, 20852 10A. MODIFICATION OF CONTRACTIORDER NO.
NO1-AO-92731
10B. DATED (see lrem 13)
CODE 1 FACILITY CODE 09129:99

11. THlS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

C] The above numbered s o l ~ c ~ t a t ~ oamended


n as set forth In Item 1 4
IS The hour and date s p e c ~ f ~ efor
d recelpt of Offers 1s e n e n d e d @IS nor e n e n d e d

Offers must acknowledge recelpt of this amendment prtor t o the hour and date spec~ftedIn the s o l ~ c ~ t a t ~oro nas amended, b y one of the following methods

la1 b y complet~ngItem B and 15, and returntng coples of the amendment. (bl By acknowledgtng recelpt of thls amendment on each c o p y of the offer
submltted, or i c l By separate letter or telegram w h l c h Includes a reference t o the s o l l c ~ t a t ~ oand
n 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 M A Y RESULT IN REJECTION OF YOUR
OFFER If b y vlnue of thls amendment you deslre t o change an offer already submltted. such change may be-made b v telegram or letter, p r o v ~ d e deach telegram or
n thts amendment, and IS recetved prlor to the opening hour and sate-spec~f~ed
letter makes reference t o the s o l l c ~ r a t ~ oand

12. ACCOUNTING A N n APPROPRIATION DATA (if required


EM:- : OC Code 25.20; CAN 48365412, AMT $841,824.00; CAN 48365413, AMT S360,782.00
- bJ
13. THlS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS
IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.
1x1 A. THlS CHANGE ORDER IS ISSUED PURSUANT TO: ( S p e c i f y a u t h o r i t y ) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE
- --.--
~ .-.
.--- -
CONTRACT ORDER NO. IN ITEM 1OA.
B. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATION CHANGES ( s u c h a s changes I"

etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(bl.
p a y i n g office, a p p r o p r i a t i o n d a t e ,
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
X Article B.2.f.
0. OTHER (Specify type of modificarion and aurhoriryl.

E. IMPORTANT: Contractor: is nor IS requlred t o slgn thts document and return coples t o the lssulng office.

14. DESCRIPTION OF AMENDMENTIMODIFICATION (Organ~zedby UCF sectton headlng. ~ncludlngsol~c~rattonicontract


subject matter where feasible.)
The purpose of this modification to add an Increment of funds for the next contract year and change the Project Officer des~gnation.
IS
Amount Funded Total Contract Amount
. . Costs Fee Total Costs Fee Total
.-e
" .
Previous Fund~ng
nisMbd
Total
$
%
5

"
l?d
1 $
$?,318,181.61
'

'61,202,60600
/
%8,520,787.61 F
S
:
O
In& $0 "f'
$9,760,692.61

$9,760,692.6 1
- ..
Tolal Funded. $8,520,787.61 (Changed) Tolal Conrract. %9,760.692.6/(Unchanged) Contract Exp. Date: Sepr. 28. 2006 (Unchanged)

Except as providmd herain. all hems and conditions of tha document reletenced in Item 9A or 10A. as heretofore changed. remains unchanged and in hll force and enect.

15A. NAME AND TITLE OF SIGNER ( T y p e or p r ~ n t l 16A. NAME AND TITLE OF CONTRACTING OFFICER

II John Foley, Connacting Officer, AMOB, NIAID


158. CONTRACTORIOFFEROR 15C. DATE SIGNED 1 16C. DATE SIGNED

BY

(Signarure of person authorized ro stgnl

NSN 7540-01-15 2 - 8 0 7 0 30- 105


(Rev 1 0 - 8 3 ) Prescr~bedby GSA
PREVIOUS EDITION NOT USABLE FAR 148 CFRl 5 3 2 1 41al
Contract NO1 -AO-9273 1, Modification 20 Page 2 of 2

BEGINNING WITH THE EFFECTIVE DATE OF THE MODIFICATION, THE


CONTRACT IS HEREBY MODIFIED AS FOLLOWS:

l--IQrtde B.2, Estimated Cost and Fixed Fee, paragraphs d. and e., are revised to
read as follows:

d. Total funds currently available for payment and allotted to this contract
are increased by $1,202,606.00 kom $7,3 18,18 1.61 to $8,520,787.61, of
which - b4 - epresents the estimated costs, and of which
$ $ ,+ - ~ e s e n t the
s fixed fee. For further provisions on fimding,
1ATION OF FUNDS clause referenced in Part II, ARTICLE
s ~ t LLIV~I
:
1.2., Authorized Substitutions of Clauses.

e. It is estimated that the amount currently allotted will cover performance of


the contract through September 28, 2005.
-
2. Article G.1, Project Officer, is hereby changed to-rem've Dr. Michael Polis and
designate
- Dr. Richard Davey as the Project Officer.

3. Please refer any questions to Terrie Nestor (301) 402-6790.

----..-

ALL OTHER TERMS Ah?> CONDITIONS REMAIN UNCK4NGED AND IN FULL


FORCE AND EFFECT
1. COh CT ID CGDE PCGE @r ? A C E 5
AMENDMENT OF S O L ~ C ~ T A T ~ O N I N ~ O D ~ F ~ C A
OFT ICONTRACT
ON -
-- .. 1 2
2. AMENDMENT~MODIFICATIONNO. 1 3. EFFECTIVE DATE ) 4 . REQUlSlTlONlPURCHASE REQ. NO.( 5 . PROJECT NO I,( a ,,,,,
a,.e:

19 08/09/04 K!A
6 . ISSUED BY CODE 17. ADMINISTERED BY CODE
(if o t h e r r h a n rrem 6)
Acquisitions M a n a g e m e n t & O p e r a t i o n s Branch
N a t ~ o n a lInstitute of ~ l l e r ~ y a ninfectious
d D~seases - --
Drive, Rm 2 N E - 2 8 , MSC 4 8 1 3
10401 F e r n w o o d
Bethesda, MD 2081 7-38 13
.-._.- __-. - . . _

8. NAME AND ADDRESS OF CONTRACTOR (No.. srreer. ctrv, counry, Srare andZIPcodel (x) 9A. AMENDMENT OF SOLICITATION NO.

M a t t h e w s M e d ~ aGroup, Inc.
2 6 0 0 T o w e r O a k s Blvd, Suite 2 0 0
~ o c k i l l l e MD
, 20E52
I 98. DATED (see Irem 7 7 )

1 0 A . MODIFICATION OF CONTFiACT!ORDER NO
NOI-AO-92731 -
108. DATED ( s e e I t e m 131
CODE ( FACILITY CODE 09/29/99

11. THlS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

The above numbered solic~tatlonis amended as set forth In Item 14 The hour and date specif~edfor receipt of Offers IS extended =is not extended
Offers must acknowledge receipt of thls amendment prior lo the hour and date s p e c ~ f ~ In
e dthe solicilat~onor a s amended, by one of the follow~ngmethods.
(a) by completing Itern 8 and 1 5 , and returning coples of the amendment. Ib) By acknowledging recelpt of this amendment on each copy of the offer
subm~rled,or Ic) By separate letter or telegram whlch lncludes a reference to the sol~c~tarion 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 M A Y RESULT IN REJECTION OF YOUR
OFFER If by vlnue of this amendment you d e s ~ r et o change an offer already submitted, such change may be made by telegram or lener, prov~dedeach telegram or
letter makes reference to the s o l ~ c ~ r a t ~and
o n this amendment, and 1s received prlor to the openlng kour anm-are specified

- 1 2 . ACCOUNTING AND APPROPRIATION D A T A (if r e q u i r e d . .


-)C C o d e 2 5 20
- ""
- b+ 13. THlS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS
IT MODIFIES THE CONTRACTIORDER NO. A S DESCRIBED IN ITEM 14.
Ix) IA THIS CHANGE ORDER IS ISSUED PURSUANT TO. I S o e c ~ f va u t h o r ~ t v lTHE CHANGES SET FORTH IN ITEM 1 4 ARE MADE IN THE

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATION CHANGES [ s u c h a s c h a n g e s In


paying o f f ~ c e a, p p r o p r i a t ~ o nd a t e , e t c . ) SET FORTH IN ITEM 14. PURSUANT TO THE AUTHORITY OF FAR 4 3 . 1 0 3 ( b ) .
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D . OTHER (Specify t y p e of m o d l f ~ c a r ~ oann d a u r h o n r y l .


X M U T U A L A G R E E h I E N T OF T H E P A R T I E S

E. IMPORTANT: Contractor: IS not IS requlred to slgn t h ~ sdocument and return coples t o the lssulng o f l ~ c e .

1 4 DESCRIPTION OF AMENDMENT/MODlFlCATlON (Organized by UCF section headlng, lncludlng sol~cirat~onlcontrac~ subject matter where feas~bleI
T h e purpose of thls m o d ~ f i c a t l o n1s t o a u t h o r ~ z eforelgn trakel a n d c h a n g e the Project D ~ r e c t o rd e s ~ g n a t ~ o n
Amount Funded Total Contract A m o u n t

.-:'
Costs Fee Total Costs. Fee Total
61

uLLj/
P r e v ~ o u sFundtng ,-J 2318,!81 61 $9,760,692
J - ..
T h ~M
Total
s od
1 / 5 1 , 3 1 8 , 1 8 1 61
" $0
$ 9 , 7 6 0 , 6 9 2 61 - --
Tola1 F u n d e d : %7.316,181 6 1 (Unchanged) Total C o n l r a c l . $ 9 , 7 6 0 , 6 9 2 6 1 (Unchanged) C o n f r a c l E x p . Date: Sept. 28, 2006 (Unchanged)

Excspt as provided herein. all items and conditions ol the document relsrenced m Item 9 A or 1 0 A . as haratofore chmnped. remain3 unchanged and in full lorce mnd eWect.

15A. NAME A N D TITLE OF SIGNER ( ~ y p or


e pr~ntl / 1 6 A . N A M E A N D TITLE OF CONTRACTING OFFICER
J o h n Foley, C o n t r a c t ~ n gOfficer, A M O B , NIAID
eD
158. CONT~AC~ORIOFFEROR 1 5 C DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY
~~1-w @la
104
ISrgnarure ol person eurhorfbdd lo srgni

/
'
NSN 7 5 4 0 - 0 1 - 15 2 - 8 0 7 0 ' 30-105
(Rev 10-83)
PREVIOUS EDITION NOT USABLE FAR 148 CFRl 53 2141al
Contract NO1 -AO-9273 1, Modification 19 Page 2 of 2

BEGINNlNG WITH THE EFFECTIVE DATE OF THE MODIFICATION, THE


CONTRACT IS HEREBY MODIFIED AS FOLLaWS:

._
1-1 =;T

1. The nilrnncP of this modification is to authorize foreign travel to South Afnca for
-- I the approximate amount of - b
WUI ve usea for this purpose.
4-- hrrent contract funds

2. Article G.2., Key Personnel, is hereby modified to remove Leslie Hanrahan and
add Linda Silverstein as the Project Director.

3. As a result of this modification, the contract value remains the same.

4. Please refer any questions to Terrie Nestor (301) 402-6790.

ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED AND IN FULL


FORCE AND EFFECT
AMENDMENT OF SOLICITATION, JDIFICATION OF C O N T W C T
= . I
1. CONT' 'T ID CODE PAGE
l
1
-
OF PAGES
A

2, AMENDMENTIMODIFICATION NO. 3. EFFECTIVE DATE 4. REQUlSlTlONlPURCHASE REQ. NO./ 5. PROJECT NO. (lt a p p i ~ c a a ~ ~ !

18 1 06/01/04 N/A
6. ISSUED BY CODE 7. ADMINISTERED BY CODE
(if other rhan ifem 6)
Acquisit~or~, Management & Lperations Branch
National Institute of A l l e r a a n d lnfectlous Diseases -
10401 Fernwood Drive, Rrn 2NE-28, MSC 4813
Bethesda, MD 208 17-4813 I

8. NAME AND ADBRESS OF~ N T R A C T D R/NO.; streel. ctry, counry, ~ r s fe in d ZP


I code) 9 A . AMENDMENT OF SOLICITATION NO.

Matthews Media Group, Inc. I 1 9B. DATED (see kern I11


2600 Tower Oaks Blvd, Suite 200
-
Rockville, MD 20852 1 OA. MODIFICATION OF CONTRACTiORDER NO.
NO I -AO-92731 -
CODE I FACiLITY CODE
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
I 108. DATED /see Irem 131
09/29/99
--

The above numbered s o l l c ~ t a t ~ oISn amended as set forth In Item 14. The hour end data spec~fledfor recerpt of Otfers 1s extended 0 IS not extended

Offers m u s t acknowladge receipt of this amendment prior t o the hour end date specified i n the solicitation or as emended, b y one of the following methods:

(e) b y completing item 8 and 15, and returnrng copies of the amendment; / b l By acknowledging receipt of this amendment on each c o p y of the offer
submitted; or I c J By separate lener or telegram which incl1~4e-a referance 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 M A Y RESULT I N REJECTION OF YOUR OFFER. ~f
b y vlnue o f this amendment y o u des~ret o change an offer already submined, such change may be made b y telegram or lener, p r o v ~ d e deach telegram or lcner makes
reference t o the solicitatron end this amendment, and is receivad prior t o the openrng hour and data specified.-
- .
-12. ACCOUNTING AND APPROPRIATION DATA (if required) -..

-
EIN: ./,
-
.q, , OC Code 25.20
13. THlS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS
I T MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.
1x1 A. THlS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 1 4 ARE MADE IN THE
CONTRACT ORDER NO. IN ITEM 10A. . --.- -..

B. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATION CHANGES (such as changes in
paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.1031b).
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modificer~onend aurhorityl.


X MUTUAL AGREEMENT OF THE PARTIES

E. IMPORTANT: Contrector: is n o t is requlred t o sign this document and return coples t o the lssulng offrce

14. DESCRIPTION OF AMENDMENTlMODlFlCATlON IOrganized by UCF sectlon hesdrng, includ~ngsolicitetion/contract subject m e n e r where feasible.)
The purpose of this modification is to change the project director and authorize the use of an additional consultant.

''
Amount Funded Total Contract Amount
Costs Frr
.-
Total costs Fee Total
Previous Fund-ing !i S7,318,181.51 S 59,760,692.61
- -This Mod - - -

Total S / $7,318,181.61 $ $:;60,692.61

Total Funded: $7,318.181.61 (Unchanged) Total Contract: $9,760.692.61 (Unchnnged) Contract Exp. Date: Sepr. 28, 2006 (Unchanged)

Excmpt a. povided harain. .O itsnu and condition. of (ha documnt rdermncmd in Itmm 9A or 101L ma hermtolor* changed. rmnuinl unchangmd and in hll lorcm a n d sfimct.

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER

PREVIOUS EDITION NOT USABLE F A R I48 CFRI 53 2141al


Contract NO1 -AO-92731, Modification 18 Page 2 of 2

BEGINNING WITH THE EFT, 3Ti v'E CATE OF THE MODIFICATION, THE
CONTRACT IS HEREBY MODIFIED AS FOLLOWS:
-

I.='htiZEB.4, Advanced Understandings, is revised to add the following consultant


to paragraph 3, Consultants, as follows:

Name -Rate Hours -


Total

Dr. Kenneth E. Sherman bd -- 4%


2. Article G.2., Key Personnel, is hereby modified to remove Amy Graham and add
Leslie Hanrahan as the Project Director.

3. As a result of this modification, the contract value remains the same.


-
4. Please refer any questions to Tenie Nestor (301) 402-6790.

ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED AND IN FULL


FORCE AND EFFECT
- -
I 1 . CONTR
-ID CCDE
' L7F PAGES
AMENDMENT OF SOLICITATION/I, - JIFICATION OF CONTRACT d..

-- . .
- 1 -
7

2. AMENDMENT~MODIFICAT~ON
NO. 3. EFFECTIVE DATE 4 . REQUISITION!PURCHASE REQ. NO. 5 . PROJ5CT NO.

I
(I: aPpilcasle;

17 09129!03 A58
. . , --
6 . ISSUED BY CODE 7. ADMINISTERED BY CODE
(if o t h e r tnan irem 6)
Acquisitions Management & Operations Branch
National institute of Allergy and.1nfectious Diseases #

10401 Fernwood Drive, Rrn 2NE-28, MSC 48 13


Bethesda, MD 208 17-48 13
8. NAME AND ADDRESSOF C W R A C T O R f N o : ; srreer, ciw counrv, Srare a n d Z I P c o d e l -
(x) 9A. AMENDMENT OF SOLICITATION NO.

Matthews Media Group, Inc. 9B. DATED (see Item 1 1 )


6101 Executive Blvd., Suite 300
Rockville,-MD 20852 -- 1 0 A . MODIFICATION OF CONTRACTIORDER NO.
NO 1 -AO-9273 1
10B. DATED /see Item. 731
-.' CODE ( FACILITY CODE 09/29/99

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

0The above numbered ~ ~ l l ~ t t a1st amended


l~n as set f o r t h tn l t e m 14 The hour and date spectf~edfor recelpt of Offers 1s extended IS ncr extended

Offers must acknowledge recelpt of thls amendment prlor t o the hour and date spec~ftedIn the sollcltation or as amendea. by one of t h e followtng methods.

(a1 by completing Itern 8 and 15, and returning coples of the amendment, l b l By acknowledging recetpt of thls amendment on each copy of the offer
submltted, or fcl Bv seDarate letter or telegram which ~ncludesa reference to the sollcttatton and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO
BE RECEIVED A T THE PIACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED M A Y RESULT IN REJECTION OF YOUR
OFFER If b v vlnue of t h ~ samendment you deslre to change an offer already submltted, such cnange rnav be made by telegram or lerter, p r o v ~ d e deach telegram or
letter makes reference t o the sol~cttatlonand t h ~ samendment, and IS rece~vedprtor t o the opentng hour a-nd date3-peclf~ed
- .
1Z.ACCOUNTING AND APPROPRIATION DATA (if required) . -..
Erh': . .
OC Code 25.20; CAN 3-8325797, AMT $1,158,791; CAN 3-8361282, AMT %128,755

13. THlS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS


IT MODIFIES THE CONTRACTIORDER NO. A S DESCRIBED IN ITEM 14.
(x) I A. THlS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES
-- SET FORTH IN ITEM 1 4 ARE MADE
. .
IN THE
1 CONTRACT ORDER NO. I N ITEM 1 0 A . ..----.

B. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATION CHANGES (such as changes in
paylng off~ce,appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER I S p e c ~ f yrype o f m o d i f i c a t i o n and a u r h o r l t y ) .


X Article B.2.f.-

E. IMPORTANT: Contractor. $1 1s not IS requlred t o sign this document and return coDles t o the lssulng offlce

14. DESCRIPTION OF AMENDMENTIMODIFICATION (Organtzed by UCF secuon heading, ~nciudlngsol~c~tat~onlcontracr


sublect matter where feas~ble.)
The purpose o f this modification is to add an increment of funds
Amount Funded Total Contract Amount
Costs Fee Total Costs Fee Total
Pre\,ious Funding -
. . T ~ I MS O ~ . . . . . .
Total
.. & 67 , -7.$6,030,635.61
- s1.287.54600
$7,318,181.61
la

$S f*
59,760,692.61

:9,760,692.61

Toral F u n d e d . 6 3.3/8,/81.61 (Changed) T o r a I Conrracr: S9.760.692.61 (Unchanged) Confract Lp. D a l e : Sepe 22, 2006 (Unchanged)

Except as provided hareln. all ltarns and cond~t~onr


of tha document ralar~nc8dIn ltem 9 A or 10A. as h~telofor8changed. remains unchanged end in full force and eflsct.

15A. NAME AND TITLE OF SIGNER (Type or pr~nt) 1 6 A . NAME AND TITLE OF CONTRACTING OFFICER

John Foley, Contracting Officer, M O B , NL4ID


I
158 CONTRACTORiOFFEROR 15C DATE SIGNED 1 16C DATE SIGNED

BY

IS~gnarureo f person a u r h o m e d ro slgnl

NSN 7540-01-152-8070 30 1 0 5
(Rev 10-83) Prescr~bedby GSA
PREVIOUS EDITION NOT USABLE F A R 148 CFR) 5 3 2141a)
- Contract N01-AO-9273 1, Modification 17 Page 2 of 2

BEGINNING R'ITH THE EFFECTIVE DATE OF THE MODIFICATION, THE


CONTRACT IS HEREBY MODIFIED AS FOLLOWS:
-
-

-----
1. Article B.2, Estimated Cost and Fixed Fee. paragraphs d. and e., are re\.ised to
r e a J Z follows

d. Total funds currently available for payment and allotted to this contract
are increased by $1,287,546.00 fiom $6,030,635.61 to $7,3 18,181.61, of
which - bq - represents the estimated costs, and of which
-- bq presents the fixed fee. For further provisions on funding,
see LIMITATION OF FUNDS clause referenced in Part 11, ARTICLE
1.2., Authorized Substitutions of Clauses.

e. It is estimated that the amount currently allotted will colrer performance of


the contract through September 28, 2004.

2. Please refer any questions to Terrie Nestor (301) 402-6390.


. . . . -.
. . ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED .@ID IN FULL
FORCE AND EFFECT
"2, &J,&"U., IL.LU , ,.-. ru.. r - . . --- ---
7.7' - --
-,- CF- .PAFS
SEP-23-2023 1
8:
'? 3/QRC3/CChW?GZT S 2533
4SZ PACE i_'
I . LUN I ,I IU LJUC,
AMENDMENT OF SOLICITATIONINIODIF)CATION OF CONTRACT
NO
2 AM~~DMENTIMODIFICATION
i
I
3. EFFECTIVE D A T E 4. REOU!SlflONIPURCHASE R E 0 KO 5. P R O J E T T O
1 2
I r aoc 6)

16 09/23/03
6. ISSUED BY CODE 1 7. ADMINISTERED BY CODE
(/I other than rtem 6 )
B.m~ch
A c q u l s ~ L l o n sManagement & 0pm:lons
of
Allcrgyand Infectious Diseases
N a t ~ o n aInsriru~e
l -
10401Femwood Drive, Rm 2KE-28,MSC 4813
B d h e s d 4 MD 10817-4813
e. NAME AND ADDRESS OF CONTRACTOR (No.rrreef, c11v. caunry, S t ~ r sndZIPcodel
e 9A. AMENCMENT OF SOLICITATION hO

s e d i a Group,
Manl~ewM Icc.
6101 Exccu:ivc Blvd., Suite 300 1
Rockville, MD 20852
I 10A. MODIFICATION OF CONTRACTlCR3ER NO.
NO1 -A04273 1

---
CODE -

11. THIS ITEM ONLY


/ FACILITY CODE
- -
APPLIES TO AMENDMENTS OF SOLICITATIONS
i 1OB. DATED-e
09/29/99
Item I,?/

The above numbered r o l ~ c ~ t a t ~rsoemended


n as sol fonh In Item 14. The hour and date s p e ~ ~ f l efor
d receipt of Offers 1% axtonoed a '3 nct cnamied.

Offors must acknowlsdge fecoipt of this amandmen! prior to tha hour end date spsc~fladin thn s o l ~ c ~ t e ~or
l o nas amondad, by one of the l o l r o w ~ nmethods:
~

(a1 by comple~nng(tern 8 ~ n 1d5 , end raturnnnq copira of rhe amendmnnt; (bl By scknowledging recelpt of thls amandmem on each copy of the ctfer
sub7ll~ted:at Ic) By separate latter or talngram w h ~ c hlncludea s refere%o lo the s o l ~ c ~ t a r ~
and
o n amondmenr numbers FAILURE OF YOUR ACKNOWLEDGMEHT TO
PE RECEIVED A T THE P U C E DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIRED MAY RESULT IN REJECTION OF YOUR
OFFER If bv vlnue of h ~ amendment
s vou dealre to change an offer elreedy wbmltted, such chsnge may be_mado by telegrem or letter, oravtdad csch telegram or
ler~srmakos reference to ?hs roloc~tat~on and t h ~ samendment, and I* race~vedprtor tc the open~nghour end dale specrf~ed
4

- 1 2. ACCOUNTING AND APPROPRIATION D A T A lif requtred)


En\r; bq ; QC C o d e 2520; CAN 3-8335611; ($4,726)
13. THlS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTR4CTSIORDERS
ll MODIFIES THE CONTRACTIORDER NO. AS DESCRlEED IN ITEM 14.
A. THlS CHANCE ORDER IS ISSUED PURSUANT TO: fSpecify authority) THE CIjArdGES SET FORTH IN ITEM 14 AREMADE IN THE
-. -- --
--.
.--.a
CONTRACT ORDER NO. IN ITEM 10A.
B. THE ABOVE NUMBERED CONTRACT/OilDER IS MODIFIEO TO REFLECT THE ADMINISTRATION CHANGES (such as c1,angss In
paying office, apprapn'atlon dare, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103lb).

i C. THlS SUP'LEMENTAL AGREEMENT IS EKTERED INTO

D. OTHER /Specify fype of modiftcanon and aurhoriry/.


PURSUANT TO AUTHORITY OF:

MUTUAL AGREEMENT OF THE PARTIES

E. IMPORTANT: Conuactor, is not a is required 13 sign this oocurnen: end rrrurn copies to the i9sulng office.

1C. DESCRIPTION O F A M E N D M E N T I M O D I F I C A T l O N (Organized b y UCF section heading, incbding eo11cit8ti0n1con?~aclsubject matter where fe8~1bl8,J
Tt.c purpose o f t h i s m o d i f i c a r i o n is lo dcobligare 14,726.00 o f unused funds irom the conuact.
hnounr Fundcd Total Conyacr Amount
Cons FCC Total Costs Fee Total
-.
- .
Prcvious Funding
This
.
Torn1
Mod ..
1
b 56,035,361.6 1
($4,726.00)
56,030,635.61
f $9,765,418.61
(S4,726.00)
59,760,69261
.-

'C

- -- (Chongd) Contracr Exp. Date:


Total Funded : $6,030.635.61(Changed) Told Con~roct:$9,760,692.61 Sepr. 28, 2006 (Unchanged)

l provldnd hmraln.
E ~ c o pu a11 Item8 Lnd rondltlona of tha docurnon1 rofennc88 in ltam 9A 01 (OA. m8 h o r o n f m chanood, rmmaln. uncnmnabl and k kll Imrce ona all.cc.

i 5 A . NAME AFJD TITLE OF SIGNER ( T y p e or pnnx] 1 i6A. NAME AND TITLE OF CDNTRACTING OFFICER

15
fy)m
9. CONTRACTO//OFEE~~~~
Qq, m & q I
w,
I
&)& h 76C. DATE SIGNED
John Foley, Contracung O f i c c r , AMOB, NIAlD
168. UNITED STATES OF AMERICA - 1 16C. DATE SIGNED

lsignature of Derson aurhoued la sign/


4/33/03
NSN 7540-07-1 62-8070 3 0 10 5
, STANDARD {ORM 30
(Rev 10.831 Prescrlbed by GSA
PREVIOUS EDITION N O T USABLE FAR Id8 CFR) S 3 . 2 ? 4 ( 8 )
-AO-9273 1, Modificrtion 16 Page 2 of 2 COGE

WITH THE EFFECTTVE DATE OF THE MODIFICA770N. THE


IS HEREBY MODIFIED AS FOLLOWS: - -
-.

2 B.2, Estimated Cost-gd


-
FjxgdFee, paragraphs q c, and d are revised t o
5 follows:

S
-
wzf
T.+estimated cost of this mntrgTt is decreased by
:o$ b.f
.- f from

The Govcrnrncnt's obligation, represented by the s u m of the estimated


cost plus fixed fee is decreased by $4,726.00 &om $9,765,418.61 to
S9,760,692.6 1.

Total finds currently available for p a w e n t and allotted to this contract each c o ~ ot
v the cftar
are decreased bv 54.726.00 from $6,035,361.61 to $6,030,635.61, of 'OUR ACKNOWLEDGMWT 7 0

which I h~ -epresents the estimated costs, and of which T IN REJECTION OF YOUR


tor, ~ r o v i d s dtacn tologr3m or
presents the fued fee. For hvther provisions on funding, -
--
OF FUNDS clause referenced in Part 11, ARTICLE
1.2.,Authorized Substitutions of Clauses.

;ition of Outreach Manager for the VRC and associated msts are
ted from the contract effective September 1,2003, A 14 ARE-MADE IN THE
---
-- -
.efer any questions to Terrie Nestor (301) 402-6790. S (such a6 changes In
103ib).

FRMS AND CONDITIONS R E U N UNCHANGED AND IN FULL


.ZFFECT

~1 muner where ress~ble.l


at.
Ulll
Total
69.765,418.6 1
SO
S9,765.41 S.6 1

IOrCa and ellact.

\iG OFFICER

NIAID

7 16C. DATE SIGNED

STANDARD FORM 30
P r ~ r c r i b e dby GSA
FAR ( 4 8 CFRl 5 3 . 2 1 Q : a t
1 COW- 'CT ,D C C 3 E - . -.
r,c= Gz 2A;:s
-
AMENDMENT OF SOLICITATIOh

2. AMENDMENT/MODIFICATION NO.
3DIFICATION OF CONTRACT
- =
I

13. EFFECTIVE DATE ] 4. REQUISITIONIPURCkiASE REQ. N0.1 5. PROJECT NO.


1 -,
\.‘ ao~l,~-~,~,

15 104107!03 1
:I

6. ISSUED BY CODE 7. ADMINISTERED BY CODE

~ c q u i s l t i o n sM a n a g e m e n t & Operations Branch


N a t i o n a l l n s t ~ t u t eof A l l e r g ~ a n dl n f e c t ~ o u sD ~ s e a s e s
I / / f orher rhan /(em 61

-
-
1040 1 F e r n w o o d D r ~ v e Rrn
, 2XE-28, MSC 48 13
B e t h e s d q MD 208 17-48 13

8 . NAME AND A D D R M S O F W N T R A C T O R (Nos street. crry. county. S ~ a r ea n d ZIP codel 9 A . AMENDMENT OF SOLICITATION NO

Manhews M e d i a Group, Inc.


2600 T o w e r Oaks B o u l e v a r d , Suite 200 I 9B. DATED (see l r e m 17)

R o c k d l l e , MD 2 0 8 5 2 -
I 1 0 A . MODIFICATION OF CONTRACT!ORDER NO
NOl-AO-92i3 1
10B. DATED /see l r e m 13)
-
CODE ( FACILITY CODE I , 09/29/99
11. THlS ITEM ONLY APPLIES TO AMENDMENTS OF SOLlCiTATlONS

T h e above numbered s o l ~ c ~ t a l ~{so amended


n as Set f o R h In l l e m 14. The hour and date s p e c ~ f ~ efor
d receipt of Offers IS extended IS not extenoed

Offers must acknowledge recelpt of rhls amendment Prlor t o the hour and date s p e c l f ~ e dI n the s o l i c ~ r a t ~ oor
n as amended, by one of the following methods:

(a) b y completing Item 8 and 15, and return~ng coples of the amendment. fbl B y acknowledging recetpt of rhls amendment on each c o p y of the offer
subrn~tted;or l c l By separate letter or telegram w h ~ c h~ncludesa reference t o the sol~cltatlonand amendment numbers FAILURE OF YOUR ACKNOWLEDGMENT TO
BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPEC!FlED M A Y RESULT IN REJECTION OF YOUR
OFFER If by vlnue of this amendmerlt you des~reto change an offer already submitted, such cnange m a v be made by telegram or letter, p r o v ~ d e deach telegram or
letter makes reference t o the s o l ~ c ~ f a r i oand
n thls amendmenr, a n d IS recetved prtor t o t h e openlng hour and dare speclfted

12. ACCOUNTING AND APPROPRIATION D A T A (if required) . -.-


EW: '-nr
-.
Code 25.20

13. THlS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS


IT MODIFIES THE CONTRACTIORDER NO. A S DESCRIBED I N ITEM 14.
A. THlS CHANGE ORDER IS ISSUED PURSUANT TO ( S p e c ~ f ya u t h o r ~ t y THE
l CHANGES SET FORTH IN ITEM 1 4 ARE MADE IN THE
CONTRACT ORDER NO IN ITEM 1 OA. -- - .;
- :-

B. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATION CHANGES [ s u c h as c h a n g e s I n


p a y l n g o f f ~ c e ,appropriation d a t e , etc I SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 4 3 103(b)
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

x / MUTUAL AGREEMENT
D. OTHER ( S p e c i f y rype o f m o d i f ~ c a r ~ oand
n author~fyl.
OF THE PARTIES

E. IMPORTANT: Contractor is not 1s requ~redl o sign t h ~ sdocumenr and return ' coples to the lssulng offlce

1 4 . DESCRIPTION OF AMENDMENT/MODIFICATION (Organ~zedby UCF sectton head~ng,~ n c l u d ~ nsgo l ~ c ~ ~ a t ~ o n / c o n tsublect r a c r rnaner where feas~ble1
Key P e r s o n n e l clause and a u t h o r ~ z et h e use o f an a d d i t ~ o n a cl o n s u l t a n t
T h e p u r p o s e o f r h ~ sm o d r f i c a t ~ o nIS t o c h a n g e t h e
A m o u n t Funded Total Contract A m o u n t
Costs Fee Toral Costs Fee Total

- .
P r e v ~ o u sF u n d i n g
This Mod
.
Total
. .,
- 56,035,361
$0 -
96.035.361.61
61

' V f
LJ 4f $9,765,418.61

S9,765,418.61

- -. Torai Funded 86,035,361 61 (Lhchanged) Total Contracr S9.'65.418 61 Il'nchanged) Conrracr fip.D a r e : Sept. 28, 2 0 0 6 (Unchanged)

Excspt as provided hersin. all Itam, and condlllons of tho documon1 tslefenc*d In Ilam 9 A or 1 0 A . 8s haretol0ra changed. remains unchanged and In lull fofca a n d aflecl.

1 5 A . NAME AND TITLE OF SIGNER ( T y p e or p r ~ n t l / 1 6 A . NAME AND TITLE OF CONTRACTING OFFICER


[ John F o l e y , Contracting Officer, AMOB, M A I D
150. CONTRACTOR!OFFEROR I 15C. DATE SIGNED I 1 6 0 . UNITED STATES OF AMERICA 1 16C. DATE SIGNED
BY

(Signature of person authorized to stgnl


I
1
I
(Signature o f Contractrng Officer! I
I
NSN 7540-01-1 5 2 - 8 0 7 0 30-1 0 5 STANDARD FORM 30
( R e v 10-83) P r e s c r ~ b e db y GSA
PREVIOUS EDITION NOT USABLE FAR 148 CFR) 53.2141al
-
Contract NO 1-AO-9273 1, Modification 15 Page 2 of 2

BEGINNING WITH THE EFFECTIVE DATE OF THT MODIFICATION, THE


CONTRACT IS HEREBY MODIFIED AS FOLLOWS:
- -

1':'"ArtEE-B.4, 'Aavanced Understandings, is revised to add the following consultant


to paragraph 3, Consultants, as follows:

hTame - -
Rate Hours Total -
Dr. Vincent Soriano -- 6$
I.?'
2. Article G.2., Key Personnel, is hereby modified to remove Frances Heilig and add
Amy Graham as the Project Director.

3. The contractor's address is changed on this and all subsequent contract documents.
as follows: -- -- -

Matthews Media Group, Inc.


- 2600 Tower Oaks Boulevard
Suite 200
Rockville, MD 20852
- . ..
-.--<.* .--:
4. As a result of this modification, the contract value remains the same.

5. Please refer any questions to Terrie Nestor (301) 402-6790.

ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED AND IN FULL


FORCE AND EFFECT
- 1 CONT' 'T ID CODE PAGE OF ? A ; E S
AMENDMENT OF SOLICITATION, JDIFICATION OF CONTRACT
-- 1 3

2 . AMENDMENTIMODIFICATION NO 13 EFFECTIVE DATE 14. REQUISiTION/PURCHASE REQ. NO 5 PiiOJECT NO / ( 1 1 a; ,;a>!-

14 12/23/02 VRC00005
6. ISSUED BY CODE 7. ADMlNlSTEiiED BY CODE
(if orher rhan item 6)
Acquisitions Management & Operations Branch
National Institute of Allergyand Infectious Diseases -
-
1040 1 Femwood Drive, Rrn 2NE-28, MSC 48 13
Bethesda, hlD 208 17-48 13
8. NAME ANDADDRE3S OFMNTRACTdR-INo.:streer, city, &unry, Stare-andZIP code) 9 A . AMENDMENT OF SOLlCiTATlON NO.

hlanhews Media Group, Inc. 9B. DATED (see Item 7 1 )


6101 Executive Blvd., Suite 300
Rockville, MD 20852 1 0 A . MODIFICATION OF CONTRACT!ORDER NO.
N01-AO-9273 1 -
108. DATED (see l r e m 131
CODE I FACILITY CODE 09/29/99
--

11. THlS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

The above numbered s o l ~ c ~ t a t ~ISoamended


n as set forth In Item 14. The hour and date s p e c ~ f ~ efor
d recelpt o f Offers 15extended [ 7 1 s ncr extenoed

o f f e r s must acknowledge recelpt of t h ~ samendment prlor t o the hour and date specifled in the s o l i c ~ t a t ~ oor
n as amended, by one of the following methods.

la) b v complet~ngitem 8 and 1 5 , and return~ng coples of the amendment, (b) By acknowledg~ngrecelpt of thls amendment on each c o p y of the offer
submltled, or (c) By separate letter or telegram whlch Includes a reference to the sol~cltatlonand amendment numbers FAILURE OF YOUR ACKNOWLEDGMENT TO
BE RECEIVED A T THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED M A Y RESULT IN REJECTION OF YOUR
OFFER If b y vlrtue of t h ~ samendment you destre t o change an offer already submitted, such change may be made b y telegram or letter, provlded each telegram or
letter makes reference to the s o l ~ c ~ t a t ~and
o n t h ~ samendment, and IS rece~vedp r ~ o rt o t h e openlng hour and h-te s p e c ~ f ~ e d
- .
12. ACCOUNTING AND APPROPRIATION DATA (if required . -.-
EN:. . .
- .N 3-833561 1, AMOUNT %I18,304.56

13. THlS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS


IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED I N ITEM 14.
1x1 4 A THIS CHANGE ORDER IS ISSUED PURSUANT TO
CONTRACT ORDER NO IN ITEM 1 0 A
[ S p e c ~ f ya u t h o r ~ t y THE
l CHANGES SET FORTH IN ITEM 1 4 ARE MADE IN THE
-- -
--- -.-

B THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATION CHANGES ( s u c h a s c h a n g e s I n


p a y l n g o f f ~ c e ,a p p r o p r l a t l o n d a t e , etc ) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43 1031b)
C THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
I
D. OTHER (Specify rype of modificarion and authority).
MUTUAL AGREEMENT OF THE PARTIES

E. IMPORTANT: Contractor 1s not IS requlred t o stgn this documenr and return ' coples to the lssulng offlce

14 DESCRIPTION OF AMENDMENTiMODlFlCATlON (Organized by UCF sectcon headlng lnclud~ngsol~cttat~onicontract


subject matter where feas~ble)
The purpose of thls mod~ficatlon1s to Incorporate a statement of work addendum for the VRC and supplemental fundlng for t h ~ effort
s
Amount Funded Total Contract Amount
Costs Fee Total Costs Fee Total
Previous Funchng
This Mod
Total
.by S5.917,057 05
S118,30436
S6,035,36 1 6 1
$9,647.1 14 05
;118.30456
9,765,41861
LV
Total Funded. 86.035.361.61 (Changed) Total Conrrocr 59.765.118 61 (Changed) Contract h p . Date- Sepl. 28, 2006 (Unchanged)

Except as provaded herem all Items and condtl~ons01 the docurnenl relersnced In Item 9A of 10A. as heretofore changed. remafns unchanged and In lull forca and ellsct

1 6 A . NAME AND TITLE OF CONTRACTING OFFICER


I

/- John Foley, Contracting Officer, Ah4OB. NlAlD


158. C TRACTOR/OF 16C. DATE SIGNED

BY BY

(Signarure o f person aur b e d ro sign1

NSN 7 5 4 0 - 0 1 - 15 2 - 8 0 7 0 STANDARD FORM 30


(Rev 10-83) Prescr~bedby GSA
PREVIOUS EDITION NOT USABLE FAR ( 4 8 CFRl 53.21 Zla)
NO 1-AO-9273 1, Modification 13 - --
Page 3 of 3

Statement of Work Addendum for the VRC


FY 2003

For a period of 12 months the-Contractor will:=

1-,-Provde staff for c~mmunityoutreach and recruitment. General travel for


community outreach specialist.

2. Conduct photo shoot to obtain VRC owned images for use in future
advertisements, replacing purchased images used in current campaign.
i CONTF 13 CODE PAGE '
3 PAGES
-
AMENDMENT OF SOLICITATION~~.JDIFICAT~ON
OF CONTRACT
- = 1 1
2. AMENDMENTIMODIFICATION NO. 3 EFFECTIVE DATE 4 REQUISITIONIPURCHASE REQ NO 5 PROJECT NO aDDllcao,e

13 09130102
6. ISSUED BY CODE 7 ADMINISTERED BY CODE
11f o t h e r t h a n l r e r n 6)
Acqu~s~tlonsManagement & Operat~onsBranch
Nat~onalInst~tuteof Allergy-and Infect~ousDlseases -
10401 Femwood Dnve, Rm 2NE-28, MSC 48 13
Bethesda, MD 208 17-48 13
I ( x ) I 9A. AMENDMENT OF SOLICITATION NO.
I

8. NAME AND ADDRESS OPeONTRACTBR /No.,'sueer, o r y , county, Stare and ZIProdel

Manhews Media Group, Inc.


6101 Executive Blvd., Suite 300
/ 198. DATED (see l r e r n 11,
I
Rockvtlle, hfD 20852 - 10A. MODIFICATION OF CONTRACTIORDER NO.
N01-AO-92731
1 OB. DATED l s e e I t e m 13)
CODE I FACILITY CODE 09/29/99

11. THlS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

The above numbered s o l ~ c ~ t a t ~8so amended


n as set f o n h In ltem 14. The hour and date speclfled for recelpt of Offers 1s extended 1s not extended

Offers must acknowledge recelpt of thls amendment prlor t o the hour and date speclf~edIn the sol~c~tatlon
or as amended, by one of the f o l l o w ~ n gmethods

(a1 by completing Item 8 and 15. and returning coples of the amendment: (bl By acknowledg~ngreceipt of this amendment on each copy of the offer
submitted; or Ic) By separate letter or telegram which includes a reference to the solicltatlon and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO
BE RECEIVED A T THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPEClElED MAY RESULT IN REJECTION OF YOUR
OFFER. If b y vinue of this amendment you deslre to change an offer already submlned, such change may be made by telegram or lener. provlded each telegram or
letter makes reference to the solicitat~onand this amendment, and is recefved proor t o t h e openlng hour and H e specified.

12. ACCOUNTING AND APPROPRIATION DATA 11frequired

13. THlS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIOROERS


IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
(XI A. THlS CHANGE
- ORDER IS ISSUED PURSUANT TO: (Specrfy a u t h o r ~ t y THE
) CHANGES SET FORTH IN ITEM 1 4 ARE MADE IN THE
CONTRACT ORDER NO. IN ITEM 10A. ---
_- __- I

B. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATION CHANGES ( s u c h as changes In
X (SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 4 3 103{b).
p a y ~ n ga f f ~ c e ,s p p r o p n a t l o n date, e t c
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
Section B, Article B.2, Estimated Costs and Fixed Fee and Mutual Agreement of Both Parties -
D. OTHER (Specify t y p e o f m o d l f ~ c a r ~ oa n d aurhonry). .. -

E. IMPORTANT: Contractor 1s not 5 IS r e ~ u l r e dt o slgn thls document and return coples to the lssulng offlce -

-
14. DESCRIPTION OF AMENDMENTIMODIFICATION IOrganlzed by UCF sectlon headlng, lncludtng sol~c~tat~onlcontract
subject maner where feas~blet
. -

1 The purpose of this raodificatlon is to change the contracl number In block 10A of mod~fication12 to N01-AO-9273 1
. : a
-
2 All other terms and condlf6ns rema~n-thesame. -

3. Please refir any questions to T c m e Nenor, 301-402-6790

Total Funded ro Date %5,917,05705 pnchanged) Total Coruracr S9.647.1r4 Oj flinchanged)


.
z
-
:
.- - - - - . .

Encapt as provldad harem. all Items and condlt~onsof tha document ratmrancad tn ltam 9A or 104. as harstolors chanpad. ramalns unchnnpad and In hll fotca end aftact

15A. NAME AND TITLE OF SIGNER (Type or p r ~ n t ) 1 6 k . NAME AND TITLE OF CONTRACTING OFFICER

John Foley, Contracting Officer, AMOB, NlAID


158. CONTRACTORJOFFEROR - 1 15C. DATE SIGNED
f
16B. UNITED STATES OF AMERICA 1 1 6 C . DATE SIGNED
BY BY

IS~gnarureof person nurhor~zedro s~gn)

NSN 7540-01-152-8070 - 30 105 S T A N D A R ~ F O R M30


(Rev 10-83) Prescr~bedby GSA
PREVIOUS EDITION NOT USABLE FAR I48 CFRI 53 2 l L I a l
---- -- -- --- - - - - - - - .
-". - .
-27-2882 09:48 h D-mOB
AMENDMENT OF SOLIUTATIONNODICAnON OF C O N l R A a I
I
3. EFFECTWE DATE 4. REOUIMOWURCHASE RE& NO. 5. PROJECT NO. 6 - c ~

-- 09129B2 m143.002144, VRC00002


I I I

& ISSUED BY CODE 7. ADMINISTERED BY CODE


M other DSm i t m 61
&quisitions w c m d & Opedons B m &
Nntionrl I d t n t c oihllcrgid lnfactious D'U C L t B . -
b1 Fanwood Drive. Rm 2NE-28.MSC 4813
ddhc6da, MD 20817-4813 =* I
g, NAME AND ADDRESS OF CONTRACTOR pb., ~ m c t
dy. -fy, Stam mdrdadd

i6101
m tU~
C~U omup. ~ n c
Blvd.,Suite 300
~tcutivc
1 (9.. DATED (sea mm t r ,
-
SioEhille.MD 20852 10A. MODIFICATION OF CONTRACTIORDER NO.
NOI-A04231
108. DATED Ism ltwn 131
1 FAClLIlY CODE O!nSVB

1.) by tompkting itmm 8 and 16, M d m t w h g m p i r of t h mrnmdmont; (bt By actnowldping mi@ of thL aamdmanl M ueh copv of the o f l r
rubmtttsd;w 13Bv ssp~ntoL m r or whk), l n d u d r a d m - !o t h sdidtaion md a m a n d m l Rnkan. FAILURE OF YOUR AU(NOWLEDGMEh7 TO
RECEIVED AT THE P U C E DESltWATED FOR THE RECEIPT OF O F W I G PRIOR TO THE HOUR AND U T E SEQFIED MAY RESIAT N RLIECTION OF YOUR
OFFER, tf bv virtu* of this ~ m d m a n wu t d s L . ta Chrngb an M u m y sub-. uch eh.nga m w k mrdo by t d e g n m or I-, provlcbd uch tJegmm or
I+ makes m h r m a to tho d i s i D t b n and mb arnandrrur~and b rrmbmd prior O m a oprhg hriv and d5ta .p#lnmd.
12. A C C O l J m N c "&'" 9PPROPRIATDN DATA I-
2AN 2-832579f, AMT $1.1 19,m;CAN 2-8335750, AMI' S124.392; CAN 2433561 1, AMT SI70.764.05
13. THlS CTW A P R l U ONLY TO MODIFICATIONS OF CDUTRACTSIORDERS
IT MODIFIES THE CONTRACTKI- NO. M m C a I I E D N rrEM 14.
TO: 1Sp.cify uthodty) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE
-
---- -
8. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATION CHANGES (arch u changes rn
paylng off~cm, mppmprlmlon d ~ t rm.)
, SE7 FORTH UU ITEM 14, KJRSUANTTO THE AUTHORTTY OF FAR 43.1 031b).
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT r0 AUTHORITY OF:
S&n B, Article B.2, Estimmkd Cosb md P&cd P a cpd Mutral- of Both Putits *=

14. DESCRIPTION OF AMENDMENTIMODlFlCATION IOrgsrJtd by UCF r c t b n hwdne * d u d n o .dkk.rknlcomnct m b Jm~m r whare furiblo.)
Furpost:To add an lncment And suppknart of funds d a u h r k thc use of n consukmt md ataslon of the mbcontrac~
A m ~ u n lFwd&
Carts Fee Total
T o f d Cunlt~cf
A mo
w
Costs Fee T d
.
~ m
&mnl Mad
T&
i o u F- ~
- bJ b ~4.502.373.00
11,414,66(.05
:n9~7,057.or
by 19.4743$0.00
f170.764.05
rg,a/7,11r.os

- u p d H m . d k m m r d t w ~ o m . ( b ~ m ~ h k m I9 * M
u . r ~ ~ ~ ~ m d l n L I h r s . e d & a .

16A. NAME AND TITLE OF SIONER [Typo or prhtl 16A. M E AND TITLE OF CONTPACTING OFHCER

Ptr~bC)UY - & d m , CFO Jahrr Poky, coo^ OfBocr, M O B , NUID


768. CONTRACTORIOFFEROR
I15C.
1 5C. DATE SIGNED 168. UNITE? STATE3-0 ,, I16C. DATE SIGNED
9/.tPr-
l S I P N c u n d p u m ~ - r W

STANDARD F@ 30
'I0:
N 764441-162-8070
~10-83~
~ W I O U =ITION
S MOT USABLE
-106
R..Mb.d by GSA
FAR CFR) 63.2141.)
1. CONTF ID CODE PACE 0' PAGES
AMENDMENT OF SOLICITATIONlr\nODIFlCATlON OF CONTRA=
= : 1 -
3

2. AMENDMENTIMODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITIONIPURCHASE REO. NO.' 5. PROJECT NO. (it
12 09/29!02 002 143,002 144, VRCOOOO2
I a ~ ~ ! ~ c ~ b l ~

' 1
6,ISSUED BY CODE 7. ADMINISTERED BY CODE
O f other rhan item 6)
Acquisitions Management & Operations Branch
National Institute of ~ l l e r ~ ~ - &
Infectious
d Diseases .
-
-

10401 Fernwood Drive, Rrn 2NE-28, MSC 4813


~Athesda,MD 208 17-48-:---a
13 .
D--- .. -
8. NAME AND ADDRESS OF CONTRACTOR (No., srreer, city, county, Stare and ZIP codel 9A. AMENDMENT OF SOLICITATION NO.

Matthews Media Group, Inc.


6101 Executive Blvd., Suite 300
1 1 98. DATED /see /iem 7 7,
.-

Rockville, MD 20852 10A. MODIFICATION OF CONTRACTIORDER NO.


. .
NO1 -AO-0273 1
100. DATED (see Item 13)
CODE I FACILITY CODE 09/29/99
11. THlS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

The above numbered sollc~tatloncs amended as set forth In Item 14 The hour and date specifled for rece~ptof Offers [7 IS enended 1s not extenoed

Offers must acknowledge recetpt of thts amendment Prior t o the hour and date s p e c ~ f ~ eInd the sollcctat~onor as amended, by one of the following methoos

( a ) b y complet~ngItem 8 and 15, and returning copies of the amendment, (b) By acknowledging recelpt of thts amendment o n each c o p y of the offer

subm~rted,or (c) By separate lener or telegram w h ~ c h~ncludesa reference t o the s o l ~ c ~ t a t l oand


n amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO
BE RECEIVED A T THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR T O THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR
OFFER If b y VlRue of t h ~ samendment you des~ret o change an offer already submlned, such changemay b e m a d e by telegram or letter, p r o v ~ d e deach telegram or
lener makes reference to the s o l ~ c ~ t a t ~and
o n thls amendment, and IS recelved prlor t o the openlng hour and date s p e c ~ f ~ e d

12. ACCOUNTING AND APPROPRIATION DATA Itf requ~red)


-
-
Errj
-hd1
-8325797, AMT $1,119,528, CAN 2-8335750, A M T $124,392, CAN 2-833561 1, k\4T $170,764 05
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS
IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.
A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Spec~fyauthority) THE CHANGES SET FORTH IN ITEM 14 ARE<M,ADE IN THE
CONTRACT ORDER NO. IN ITEM 10A.
--. ---
B. THE ABOVE NUMBERED CONTRACTIORDER-IS MODIFIED TO REFLECT THE ADMINISTRATION CHANGES (such as changes in
paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.1031b).
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
Section B, Article B.2, Estimated Costs and Fixed Fee and Mutual Agreement of Both Parties
D. OTHER (Specify type o f modification and authority).

E. IMPORTANT: Contractor. IS "01 a IS required to Sign thts document and return coptes to the tssulng offlce

14. DESCRIPTION OFAMENDMENTlMODlFlCATlON (Organlred by UCF sectlon headlng, lnclud~ngsol~c~tat~onlcontract


subject matter where feas~bleI
Purpose To add an Increment and supplement of funds and authorize the use of a consultant and extension of the subcontract
Amount Funded Total Contract Amount
- Cosls Fee To101 - Cosrs A Fee Total
- %4.502,3-3 00 . .
- Prevrous Fundrng
Current Mod
Toral
S
" - hq
IY /
-
8 1 4/4,68? 05
85,917,057 05
:
B
by'
8 9.4 76,350 0 0
-

Total Funded to Dale $5.91 7,057 05 (Changed) Toral Contract 59 64'. 114 05 (Changed)
Contract Exprrar~onDare September 28, 2006 (Unchanged)

Encap1 as providsd herein, all ttema and conditions o l tha docurnmnt raler*ncmd In Itsm 9 A or 1 0 A . as haiwtof&a changed, rarnamn unchanpad and in full fort. and anmet.

15A. NAME AND TITLE OF SIGNER (Type or prlnt) 1 t 6 A . NAME AND TITLE OF CONTRACTING OFFICER
- II
1 John Fbley, -Contract~ngOfficer, AMOB, NlAID
150. CONTRACTOR/OFFEROR 15C. DATE SIGNED ' 1 6 8 UNITED STATES OF AMERICA 16C. DATE SIGNED

,Signature o f person authorized to s ~ g n l


I
I
iSignarure o f Contracting Offrcerl I
I

NSN 7540-01 -152-8070 30- 105 STANDARD FORM 30


(Rev 10-83) Prescr~bedb y GSA
PREVIOUS EDITION NOT USABLE FAR I48 CFR) 5 3 2 l A l a )
Contract NO 1-AO-9273 1, Modification 12 Page 2 of 3

BEGINNING-WITH THE EFFECTIVE DATE OF THE MODIFICATION, THE


CONTRACT IS HEREBY MODIFIED AS FOLLOWS:
-=-- --V -

1. Article B.2, ~stimated-cost


and Fixed Fee, paragraphs a, b, c, d, and e are revised
to read as follows.

- b.r
a. The estimated cost of chis contract is increased by from

h. The fixed fee for this contract is increased by by iom


-&---_ . The fixed fee shall be paid in installments
based on the percentage of completion of work, as determined by the
Contracting Officer, and subject to the withholding provisions of the
clauses ALLOWABLE COST AND PAYMENT and FIXED FEE
referenced in the general clauses in Part 11, Article I. 1. of this contract.
Payment of fixed fee shall not be made in lei; thmzmonthly increments.

c. -The Government's obligation, represented by the sum of the estimated


cost plus fixed fee is increased by $170,764.05 from $9,476,350.00 to
$9,647,114.05.
- --
--a
- .-.-

d. Total funds currently available for payment and allotted to this contract
. - are increased by $1,414,684.05 from $4,502,373.00 to $5,917,057.05, o f
- .
- - which b $ - represents the estimated costs, and of which
f24 represents the fixed fee. For hrther provisjons on funding,
see LIMITATION OF FUNDS clause referenced in Part 11, ARTICLE
I .2., Authorized Substitutions of Clauses.

e. It is estimated that the amount currently allotted will cover performance of


the contract through September 28,2003.

2. -Article B.4, Advanced Understandings, is revised to add the followirig: consultants


to 3, ConsultaDts, as follows: - -.
- --
Authorization is hereby provided for consultants as follows:
- -.

Name Rate HoursIPa~es Total

. .Priscilla Tern

3. Article B.4, Ad\.ance'd Understandings, paragraph 4, is revised as follows: -


Authorization is hereby provided for an additional three-year subcontract with
Westat to perform the requirements as stipulated in the Statement of M'ork
(Attachment 8.) -.-

./A- -
4. Please refer any questions to Teme Nestor (301) 496-3878.
-

ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED AND IN FULL


FORCE AND EFFECT
-
- - 1. C o b CT ID CODE PAGE OF FACES
AMENDMENT OF SOLICITATIOk. ...ODIFICATION OF CONTRACT
- :
- I -
7

2. AMENDMENTltdODIFICATlON NO. 1 3 . EFFECTIVE DATE 14. REQUISITI0N:PURCHASE REQ. N 0 . j 5 . PilOJECT NO I , ' ;pal ;a>je.

- 11 123458 1
I
:

6. ISSUED BY CODE 7 . ADIJIINISTERED BY CODE


1 (if o r h e r ;can
l r e m 6)
A c q u l s ~ ! i o n sManagement 8: O p e r a t ~ o n sB r a n c h
o f A l l e r g y -&..Infect~ous Diseases
K a t i o n a l Institute --
6700B R o c k l e d g e D i v e , Rm. 1 130, MSC 7605
Bethesda, MD 20892-7605
8. NAME AND A D D M SO F T Y ~ N T R A C T ~l ~Ro . , ~ s t r e e city,
r. ;ounry, Srare andZ1P codel (x) I 9 A . AMENDMENT OF SOLICITATION NO.

Manhews M e d i a Group, I n c
6101 E x e c u t i v e Bl\fa., S u ~ t e300
R o c k v ~ l l e MD
, 20852
I I
9 0 . DATED (see /:em 171

1 0 A . MODIFICATION OF CONTRACTIOilDER NO.


NO1 -AO-9273 I

CODE / FACILITY CODE 1


1
x/ 1013. DATED (see I t e m 13,
09/28/99
1 1 . THlS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

Tne above numDered so11cl:at~onIS amended as set forth In Item 14. The hour and date s p e c ~ f ~ efor
d receipt of Offers 1s extenoed 1s not exlendeo

Offers must acknowledge receipt of thls amendmenr Drlor to the hour and date specifled In the soltciration or as amended. by one of the f o l l o w ~ n gmelhozs

la) b y complef~ngItem 8 and 15, and returning coDles of the amendment. (b) By acknowledgtng recelpt of t h ~ samendvent on each c o p y o' the ot'er
sdbrnllted, or (cl By separate letter or telegram whrch ~ncludesa reference t o the s o l ~ c ~ t a t ~and
o n 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 M A Y RESULT IN REJECTION OF YOUR
OFFER If by v17tue of 1h1samendmenr you des~reto change an offer already s u b m l t ~ e dsuch change-may be-made by telegram or letrer, provlded each telegram or
letter makes reference l o the sol~cttarlonand l h l s amendment, and IS rece~vedpr~orto :he openlng hour and Tale spec~f!ea
- .
3 2 . ACCDUNTING AND APPROPRIATION D A T A l ~required
f , -. -

-
EN.. bLf 3 C 25.55 CAN:28335611 Amount: 9150,000

13. THlS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS


IT MODIFIES THE CONTRACTIORDER NO. A S DESCRIBED IN ITEM 14.
(x) A THlS CHANGE ORDER IS ISSUED PURSUANT TO ( S p e c ~ f ya u t h o r ~ t y )THE CHANGES SET FORTH IN ITEM 1 4 ARE MADE IN THE
CONTRACT ORDER NO IN ITEM 1 0 A .--<-- .---

/
I B THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATION CHANGES ( s u c h as c h a n g e s I n
paying o f i ~ c e ,a p p r o p r l a l l o n d a l e , e l c I SET FORTH IN ITEM 1 4 . PURSUANT TO THE AUTHORITY OF FAR 4 3 1031t11
C THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF
X S e c t ~ o nB. A n ~ c l eB 2 E s u m a t e d C o s t s and F ~ x e d
F e e a n d M u t u t a l A g r e e m e n t of Both P a n r e s

i
I
D. OTHER I S p e c i f y t y p e o f m o d ~ f ~ c a l ~a on nd a u r h o r ~ r y ) .

E. IMPORTANT: Contractor 1s nor IS requ~redt o slgn thls document and return coples to the ~ssulngofflce

1 4 . DESCRIPTION OF AMENDMENTlMODlFlCATlON IOrgantzed by UCF secrlon head~ng,lncludtng s o l ~ c ~ ~ a t t o n ~ c o n tsuo~ect


ract matter where teas~bleI
PURPOSE. To a d d a supplemen! o f Funds

Amount Funded Total Contract A m o u n t


Costs F& Total Costs Fee Total - -.
- P r e v ~ o u s l yO b i e a r e d .% I ':4,352,3?300 $9,326,350 00 -
--
This Mod~ficauon -
C
flJ 150.000 00 $? 5150.00000
-

%4,502.373 00 $9,476,350 00
- -
F u n d e d t l ~ r o u g hS e p t e m b e r 28, 2002 ( U n c h a n g e d ) T o t a l C o n t r a c t A m o u n t 99.4?6,350 ( C h a n g e d ) E x p ~ r a t ~ oDna t e 9/28/06 ( U n c h a n g e d )

Excep~as provided herein. all llems and conditions ot the document referenced In Item 9 A or 10A. as herelotore changed, remalnr unchanged and In full lorce and e l l e ~ t .

1 6 A . NAME AND TITLE OF CONTRACTING OFFICER

'Karln E. Eddy, Conrract~ngO f f i c e r , NlAID


75C. DATE SIGNED 1 6 8 . UNITED STATES OF AMERICA 16C. DATE SIGNED

BY 02120102

Is~gnarureo f person a u l h o d e d : s1gn1 (Signature o f Conrracrlng Ofhc


'-
,
NSN 7 5 4 0 - 0 1 - 15 2 - 8 0 7 0 30-105 STANDARD FORM 30
(Rev 10-83) Prescr~bedb y GSA
PREVIOUS EDITION NOT USABLE F A 9 148 CFRl 5 3 2141al
Matthews Media Group, Inc. Page 2 of 2
N01-AO-92731,. Modification 11 -
-

BEGINNING WITH THE EFFECTIVE DATE OF THIS MODIFICATION. THE CONTRACT IS


HEREBY-fvlOl3tFIEO AS f OLLOWS

1. Section B, Article B.2, Estimated Costs and Fixed Fee, paragraphs a, b, c, and d are revised
as follows: -

a. The estimated cost of the contract is increased by b.j from $ &


to$ hqr:+
i r o r i tee for this contract is increased by $:
T ~ TD

b4 hi/
The ~Gvernment'sobligation, represented by the sum of the estimated cost plus
fixed fee is increased by $150.000 from $9,326,350 to $9,476,350.00.
Total funds currently available for payment to this contract are increased by
$150.000 from 54,352,373 to $4 557 1 7 3 nf which $
estimated costs and of which by epreserus rrle
63
tnau lee.
?presents the
For further
provisions on funding see the LlMl IH I I U I OF
~ FUNDS clause referenced in Part II,
. -.
Article 1.2 *uthorized Substitutions of Clauses.

2. ALL OTHER TERMS AND CONDITIONS OF THE CONTRACT REMAIN


UNCHANGED. .. ..
:.=---& ---
-..
1 . COi ACT 13 CODE PAGE C.! 'AGES
AMENDMENT OF SOLICITATIOI~.r.JODIFICATlON OF CONTRAGT
-- .. I -
^I

2 . P.MENDMENT~MODIFICATIONNO. ' 3 . EFFECTIVE DATE 4 . REOUISITIONIPURCHASE RE@. NO./ 5 . PRCJECT NO i ~ a>o:,:ao.e


t

10 13572788
6 . ISSUED BY CODE 1 7 . ADMINISTERED BY CODE
Irf orher rhan /tern 61
Xatronal lnsrltule of i2llergy & Infect:ous Diseases
A c q u i s ~ t ~ o nMsa n a g e m e n t B D p e r a t r o n s B r a n c h --
6700B R o c k l e d g e D r ~ v e Rln.
. 1128. MSC 7605
Bethesda. Mary land
.
20892-7605
..- . -
- .- .. . . - - . . -
8. NAME AND ADDRESS OF CONTRACTOR (No.. srreer. crry. counrv. Srare a n d Z I P codel (x) I 9 A . AMENDMENT OF SOLICITATION NO.
I
M a n h e w s h4ed1a G ~ o u p I. n c 98. DATED (see lrem 7 71
6101 E x e c u t ~ v eBivd . S ~ r l t e300 -
~ o c h v l i l e ,Mar) l a n d 20852 / 1 0 A . MODIFICATION OF CONTRACT!OilDER N O .

.. . 1 0 0 . DATED /see lrem 731


CODE I FACILITY CODE
1 1 . THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

The above numbereo sollcltat~onIS amended as set f o r t h in Item 1 4 . The hour ana oate s p e c ~ f i e dfor receipt of Offers IS exrenoed 1s nnt exrenoed.

Offers mJSt acknowledge recelpt of this amendment Prlor to the hour and dare spec~fledIn the sol~cllattonor as amended. by one of the following methoos

la1 b y complet~ngItem 8 and 1 5 , and returning coples of the amendment: lb) By acknowledging recelpl of rhls amendment on each copy of the offer
submltted; or i c l By separate letter or telegram whlch includes a reference t o rhe s o l ~ c i r a r ~ oand
n amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO
BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR T O THE HOUR AND DATE SPECIFIED M A Y RESULT IN REJECTION OF YOUR
OFFER If oy vlrrue of this amendment you deslre l o change an offer already submltted. such change:may be-fnaoe by telegram or letter, p r o v ~ o e deach telegram or
lelter makes reference to the sollclrarlon a-,d th!s amendment, and IS rece~vedprlor t o the openlng hour and date specifled
,
. - .- -
1-2: A C C O I I N T l h l C r'm PPROPRIATION D A T A (if required)
EIN - .-25:55. C A N - 28335610; Ainount: $150.000
- b?' 13. THlS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS
IT MODIFIES THE CONTRACTIORDER NO. A S DESCRIBED IN ITEM 14.
(XI A . THlS CHANGE ORDER IS ISSUED PURSUANT TO: ( S p e c ~ f ya u t h o r t t y ) THE CHANGES SET FORTH IN ITEM 1 4 A-EM_ADE. IN THE
- --.- -- -
I CONTRACT ORDER NO IN ITEM 1 0 A . . .
B THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATION CHANGES ( s u c h as changes In
p a y l n g o f f i c e , a p p r o p r t a t l o n d a t e , e t c ) SET FORTH IN ITEM 1 4 PURSUANT TO THE AUTHORITY OF FAR 4 3 1031b)
C THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF
S e c t ~ o nB. 4 n r c 1 e B 2 E s t l r n a t e d C o s t s a n d F ~ x e dF e e a n d M u t u a l 4 g r e e r n e l i t o f B o t h Pal-tlrs

D OTHER ( S p e c ~ f yrype o f r n o d i f ~ c a r ~ oann d aurho,-1ry1

E. IMPORTANT: Contracror 1s not 623 1s requ~redt o slgn rhls document and return ' coples t o the lssulng offlce

1 A DESCRIPTION OF AMENDMENTlt\nODIFICATlON (Organized !I\ UCF sectton heaolng ~ncludingsol~c~tation/contract


subject matter where feas~ble)
PL'RPOSE T o a d d a supplelnent o f f u n d s

Anlount F ~ g d e d Total Contract A m o u n t


Costs Fee '- Toral Costs Fee Total
,
*

- .- ~
P r e v i o ~ l s l yO b l i g a t e d
This Mod16cat101i
-"

b{ V ,:
$ 4.202.373 00
5 I50.000 00
5.
S j34
Y i
67 I
), 176,350.00
150.000.00

Total. 9 54.352.373 00 1 59.326.350.00


F u n d e d t h r o u g h S e p t e ~ n b e r1 8 . 2OUZ ( U ~ l c i i a n g r d ) T o t a l C o n t r a c r Am1 %9,326.350( C h a n g e d ) E x p ~ r a t i o nD a t e . Sept. 28, 2006 ( U n c h a n g e d )

ExC~DI
as prov~dedherelf' all lrems and condtl!ons of the docvmenl relefenced In llern 9 A or 1 0 A a s herelotore changed rernalns unchanged and In full force and ellecl

( 1 6 A NAME AND TITLE OF CONTRACTING OFFICER

NSN 7 5 4 0 - 0 1 - 1 52-8070
1 5 C DATE SIGNED
Karln E Eddy. Conlractlng Officcr

1 6 8 UNITED STATES OF AMERICA

BY K,tt& 6 -C&l.
(Srgnarure o f Conrracrrn
NlAID

-1 6 C DATE SIGNED

STANDARD FORM 30
(Rev10-831 Prescr~bedby GSA
PREVIOUS EDITION NOT USABLE FAR ( 4 8 C F R i 5 3 2 1 Lia)
Matthews Media Group, Inc. Page 2 of-2
NO1-AO-92731, Modification 10 -

BEGINNING WITH THE EFFECTIVE DATE OF THIS MODIFICATION, THE CONTRACT


IS H E ~ E B ~ ~ O DAS=FOLLOWS.
F I E

1. Section B, Article 8.2, paragraphs a, b, c, and d are revised as follows:

a. The estimated cost of the contract is increased by J J from


<. - s h
b. The tixed tee tor rnls contract IS ~ncreasedby 9 by to
$ bvr
c. The ~oie!rnment'sobligation, represented by the sum of the estimated cost
plus fixed fee is increased by $150,000 from $9,176,350 to $9,326,350.
d. Total funds currently available for payment to this contract are incrps-d by
$150,000 from $4,202,373 to $4,352,373 of which 5 by
represents the estimated costs and of which $ 1, ;7 epresents the
fixed fee. For further provisions-onfunding see +he LIMITATION OF
FUNDS,clause referenced in Part II, Article 1.2 Authorized Subst~tutionsof
Clauses.

Artrcle C 1 Statement of Work is modified as follows:


--= - =
Independently and not as an agent of the Government, the Contractor shall
be requ~redto furnrsh all the necessary services, qual~f~edpersonnel,
material, equ~pment,and facrllties, not otherwise provided by the
Government, as needed to perform the Statement of Work, SECTION J,
ATTACHMENT 9 dated 712412001as amended attached hereto and made a
part of t h ~ scontract

3. Section J, List of Attachments is revised to add Attachment 9 (Revised)

4. ALL OTHER TERMS AND CONDITIONS OF THE CONTRACT REMAIN


UNCHANGED.
Statement of Work
Revised July 24, 2001

For a period of 12 months the Contractor will: =

..l._lllesignJand print) recruitment materials. MMG will work with the Clinical
Center's Patient Recruitment and Public Liaison Office (PRPL) and VRC
staff to design print materials including brochures, flyers, invitations,
bookmarks and other materials needed for VRC protocols. Text for
materials will be supplied by the government.

Materials development will include:


-
- one planning meeting with members of VRC and PRPL staff to discuss
and decide on design concepts, key messages.
Z the government will supply the text for materials within one week
following the meeting.
3 MMG will provide mock-ups of all materials to the government
- within
three weeks following the meeting.
Z additional meetings may be held as required to rf.fine materials.
Z ~ m b a s s a d otool
r kits
T [Estimate one-page flyer as initial project; cost estimates for quantities
of 5000, 7500 and 10,0001

2. Provtde pre-testing and evaluation of media materials and messages ,,

3. MMG will plan and coordinate an informal meeting between Dr. Graham,
clinical staff and key community contacts.

The Contractor will:


i identify and develop list of community leaders
-
- send meeting invitations
-
- coord~nateall meeting logistics

4 . Provide a source list of key Community outlets who should be contacted


about the VRC proiect. The list should include representative
.. . . ..
organizations from the local government, healthcare, faith based
communities, gay/lesbian comt%unity, patient advocacy groups. Make
recommendations for communication outlets/strategies to reach these
- --
organizations.

5. Generate a calendar of key events (i.e. AIDS WalkslRuns, Vaccine day


celebrations) that VRC staff should attend and materials be distributed.
The contractor will work with the government to coordinate media activities
at these events.

6 Assist NlAlD OCPL In contacting media outlets about the VRC project

Attachment 9 (Revised)
7. Provide staff for community outreach and recruitment (equiv of 1 FTE)

. -- -; - -. - -
Amendment
July 24, -2001

-
These are the items that have been addediamended (ie increased effort) on the
MMG SOW:
.. -
Personnel - 2 additional FTE community outreach specialists. .25 FTE
screening assistant, .5 project director, .25 senior strategist, supporting
staff as needed (graphic designer) based on final decision of material
needs.
Banner for display tables
Table top exhibit
Point of purchase display

. . . VRC mouse pads


VRC pens
VRC bookmark
VRC magnets
VRC rolodex
One-page wall calendar
More tee-shirt and hats than or~glnallybudgeted for
Mass transit ads
Spanish language materials (printing quantities to be decided)
MedlaI:.lt

. . Radio kit. . -
- . . . . .. - . . -.Video presentation . .

General travel for community outreach specialists


- --

Attachment 9 ( ~ e v i s e d )
1 . COP .CT ID CODE PAGE ?A,;ES
AMENDMENT OF SOLICITATIONi~vlODlFlCATlONOF C O --N T W T
I
1 3
2 . AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4 . REQUISITION!PURCHASE EEQ. NO. 5 . PROJECT
I- NC. i t : s>o~.za-

-9 I i
I
i. ISSUED BY CODE 17. ADMINISTERED BY CODE
/if orher rhan irem 61
National Insritule o f A l l e r g y B: l n f e c r i o u s Diseases
--
Acq. hlg~nt.&: OperationsBranch
6 7 0 0 8 Rockledge Drive, hn. 1\50, MSC 7605
Berhesda, MD- .
20892-5605 .
-1 . . .. % -- . -.

8 NAME AND ADDRESS OF CONTRACT03 (No.. srreer. ciry, counry, Srare a n d Z l P c o d e i ] (x) I 9A. AMENDMENT OF SOLICITATION NO.

Manhews M e d i a Group, I n c 9B. DATED (see lrem 1 11


6 1 0 ! E x e c u t i v e B l v d . , S u ~ t e3 0 0 -
~ o c k b ~ l l Maryland
e, 20852 f OA. MODIFICATION OF CONTRACT.'ORDER NO. -
NO1-AO-9273 I
108. DATED (see 11em 13:
CODE / FACILITY CODE 09i28199

1 1 . THlS ITEM ONLY APPLIES TO AMENDMENTS OF SOLlClTATlONS

The above numbered soltcital~on1s amenoed as set f o r t h In lrem 1 4 . The hour and date speclfled for receipt of Offers @ 1s extenoed n l s no; extenoeo

Offers n u s 1 acknowledge recelp! of This amennmenl Prior to the hour and dare speclfled In rhe s o l ~ c ~ t a r t oorn as amended, b y one of the f o l l o w i n g methods

la1 by cornpler~nqi t e m 8 and 1 5 a7d return n g 1 coples o f rhe amendment. (b) B y acknowledg~ngrecelpr of thts amendmenr on each c o p y o! The otfer
subm~rted,or l c l By separate lerrer or telegram rvhlch includes a reference r o the s o l i c ~ r a t ~ oand
n 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 M A Y RESULT IN REJECTION OF YOUR
OFFER If b y vlr:ue of this amendment you des~ret o change an otfer already submctted, such change may b-e made b y telegram or lerrer, pfoVlaed each telegram or
lerrer makes reference t o the solic~larionand r h ~ samendment, and IS rece~vedprior to t h e openlng hour and date s ~ e c t f l e d
-.-
- 1 2 ACCOUNTING AND APPRnPR14TION DATA (if r e q u ~ r e d

-
EIN
bu -
13. THlS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS
IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED I N ITEM 14.
Ix) A THlS CHANGE ORDER IS ISSUED PURSUANT TO ( S p e c ~ f ya u t h o r ~ t y )THE CHANGES SET FORTH IN ITEM 1 4 A-A~MADE
I N THE
1CONTRACT ORDER NO IN ITEM 1 0 A
B THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATION CHANGES ( s u c h a s c h a n g e s I n
p a y l n g o f f t c e a p p r o p r l a t l o n d a r e , e t c I SET FORTH IN ITEM 1 4 PURSUANT TO THE AUTHORITY OF FAR 43 1031b)

xI
C THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF
h 4 u t c a l A g r e e m e n t o f B o t h Panres and A ~ t ~ cG
l e5 G o v e r n m e n t P r o p e n y

D OTHER (Specify rype o f modification and aufhoriryl

E IMPORTANT Co-i~ractor 0 IS no1 IS requlred t o s q n thls documen; and rerurn c o p ~ e sl o the issuing otftce

14 DESCRIPTION OF AMENDMENTIMODIFICATION (Organized by UCF section headlng, tncludlng sohc~1ar1onrconIracrs u b ~ e c imarrer where feastbie 1

PURPOSE: TO PROVIDE AUTHROIZATION FOR THE PLRCHASE OF EQUIPMENT


-
TOTAL ESTIMATED CPFF R E M A I N S LYCHA*GED .4T 59,176,350 . (.U n c h a n g e d )
- . .. - . -. . -..
C o n t r a c r i s f u n d e d t h s o u g i ~Seprernber 28, 2002 (Unchanged)

- .-
EXPIRATION D A T E . S e p r e ~ n b e r28, 2006 bnchangedj . ..

r the document referenced In Item 9 A or 10A. as heretofore changed. remains unchanged and
ExcePl as provlded herern. all llems and c o n d ~ l ~ o not In 4ull force and effect.

1 6 A NAME AND TITLE OF CONTRACTING OFFICER

NSN 7540-01- 1 52-8070


1 5 C DATE SIGNED

'30 105
Karin E E d d y , C o n t r a c t ~ n gO f f i c e r , A R I O B , NlAlD
16B UNITED STATES OF AMERICA

BY L 6-a& ISjgnarure o t Conrracrrn


-1 6 C DATE SIGNED

1 / 1 1 /OL'
STANDARD'FORM 30
(Rev 10-83) Prescrtbed by GSA
PREVIOUS EDITION NOT USABLE F.53 l i : O ;- -.-
Contract NO1-AO-92731 Page 2 of . 3
Modification umber 9

B E G I N N I N G W T W E EFFECTIVE DATE OF THlS MODIFICATION, THE CONTRACT IS HEREBY


MODIFIED AS FOLLOWS:

ARTICLE G.5 GOVERNMENT PROPERTY, subparagraph b. Contractor-Acquired Property-Schedule


1-6 is modified t o add the equipment below to Schedule I-B. Attachment 7. The contractor is
-
. authorized to purchase these items for use in direct performance of this contract. Title to this
property will vest in the Government. Sales tax, transportation, and/or installation charges are
allowable.

Description Quantity Unit Price Extended Price

Dell E Laptop Computer


CornILatitude C800,850mHz, -- -- -
Pentium Ill, 15.0in TFT English
(220-3644) 1 $2,064.00 $2,064.00
-
Total $2,064.00

ALL OTHER TERMS AND CONDITIONS OF THlS CONTRACT-REMAIN UNCHANGED AND


-. ..=--.-.
IN
-.--
FULL FORCE AND EFFECT.
Page 3 of 3
Attachment 7

Schedule IS- Con?actor - Acquired Government Propeity

Descnption Quantity Unit Price Extended Price


-
Notebook Computer
Sony PCG-1F35C 1

Digidoser Spirom~ter 1 4,995.00 4,995.00

Bell Atlantic Cell Fhones 3 720.00 ea per yr 2,160.00 per yr

Brother PPF770 Fax 1 120.00 120.00

Sharp AL-1000 Digital Laser --


Copier 1 399.98 --- 399.98

- . CDW HPOrn~i.500kXE2 1 1696.86 1696.86

Bayview Nonin 8500M


Pulse Oximeter 1
-- - ----
---
Nonin 8500 Pulse Oximeter 3 535 1,605.00
Pediatric F~ngerC l ~ p

Nebulizer 1 99.00 99.00

HP LaserJet Printer 1200e 1 398.95 398.95

Dell E Laptop Computer


ComILatitude C800, 850mHz,
Pentium 111, 15.0 in TFT English
(220-3644) 1 2.064.00 2.064.00
. . - Total $ 16,395.79
-
- . . . - .....
6 -ALL-OTHER TERMS AND CONDITIONS REMAIN THE SAME
- 1. COI -XT ID CODE PAGE OF PAGES
AMENDMENT OF SOLlClTATlC JODlFlCATlON OF CONTRBC-T
- .

I
2. AMENDMENTIMODIFICATION NO. ) 3. EFFECTIVE DATE 14. REQUISITIONIPURCHASE REQ. ~ 0 . 5.
1 PROJECT NO. (tf appi1:a~ie:

8 I
I
see 16c I I

6. :SSUED BY CODE 1 7. ADMINISTERED BY CODE


(if other rhan item 61
National Institute of Allergy -qd Infectious Diseases. AMOB
6700 B Rockledge Drive, Room I130
Bethesda, Maryland 20892-7605
I

8. NAME AND ADDRESS OF CONTRACTOR (No., street, ctty, county, Stare andZIPcode1 1 (x) I 9 A . AMENDMENT OF SOLICITATION NO.
Manhews Media Group, Inc. 9 8 . DATED (see Item 1 1 )
6101 Executive Blvd., Suite 300 -
Rockville, h4aryland 20852 I 1 0 A . MODIFICATION OF CONTRACTIORDER NO.
.. -
10B. DATED (see item 13)
CODE I FACILITY CODE 09/28/99

11. THlS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

a
--

The above numbered sollcltatlon IS amended as set f o n h In Item 14 The hour and date s p e c ~ f ~ efor
d recelpt of Offers IS extended IS not extended

Offers must acknowledge recelpt of thls amendment prlor to the hour and date s p e c l f ~ e dIn t h e solic~tattonor as amended, b y one of the f o l l o w ~ n gmethods:

(a) by complet~ngltem 8 and 15. and returntng coples of the amendment, fb) By acknowledging recelpr of thls amendment on each c o p y of t h e offer
n amendment numbecs FAlLUFiE OF YOUR ACKNOWLEDGMENT TO
submltted, or LC) By separate letter or telegram whlch Includes a reference t o t h e s o l l c ~ t a t ~ oand
BE RECEIVED A T THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED M A Y RESULT IN REJECTION OF YOUR
OFFER If b y vlnue of thls amendment you deslre t o change an offer already submltted, such changemay b e a d e b y telegram or letter, provlded each lelegram or
letter makes reference to the sollc~tatlonand thls amendment and IS recelved prlor t o t h e openlng hour and date speclf~ed
---
12. ACCOUNTING
. . AND A p R O P R l A T l O N D A T A Of required
EN: ;OC: 25.55, CAN: 18321928, Amount: 5200,000.
-
13. THlS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS
IT MODIFIES THE CONTRACTIORDER NO. A S DESCRIBED I N ITEM 14.
(XIA. THlS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 1 4 A&;.IADE IN THE
CONTRACT ORDER NO. I N ITEM 10A.
B. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATION CHANGES (such as changes in
paying office, appropriation d a t e , etc.) SET FORTH I N ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 4 3 . 1 0 3 l b ) .
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modificar~onand aurhoriryl.


X Section B. Article B.2. Estimated Costs and Fixed Fee

E. IMPORTANT: Contractor. IS not 66 IS required t o slgn thts document and return coples t o the lssulng offlce.

14. DESCRIPTION OF AMENDMENTiMODlFlCATlON (Organized by UCF sectton headlng, lnclud~ngs o l ~ c ~ t a t ~ o n i c o n t r subject


act m a t t e r where feasible.)
PURPOSE. TO ADD A SUPPLEMENT OF FUNDS.

Costs -Fee
- Total Costs Fee Total - . -- -.
- . - Previously.Obligated .... - 4,002,373 8,976,350
This Mod 200,000 200,000 . -. - --

- .-
Total
. ..

Funded through Sept. 28, 2002 (unchanged) Total Contract Amt. 9.176,350 (changed) Expiration Date Sept. 28, 2006 (unchanged)

Except as provided herein, all Items and condilions of the document referenced in ltem 9A or I D A . as heretolore chanped. rernalns unchanged and In full force and e f l ~ c l .

1 6 A . NAME AND TITLE OF CONTRACTING OFFICER

Karin E. Eddy, Contracting Officer, AMOB, NIAID


15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE.SIGNED

NSN 7 5 4 0 - 0 1 - 1 5 2 - 8 0 7 0 30- 105 S T A N D A R D F O R M 30


(Rev 10-831 - - - -.-
Prescr~bedby GSA
, . " ---, -- - ..,. >
.- ,.
-
-

NO1-AO-92731, Modification 8 Page 2 of 2

BEGINNING WITH THE EFFECTIVE DATE OF THIS MODIFICATION, THE CONTRACT


IS HEREBY MODIFIED AS FOLLOWS:

1. Section B Article 8.2. Estimated Costs and Fixed Fee, paragraphs a, b, c, and d
.. -
are revised as follows:

a The estimated cost of the contract is increased by $


"Y'
M
h The fixed fee for the contract is increased by $ by to
by The fixed fee shall be paid in installments based on the percentage
of completion of work, as determined by the Contracting Officer, and subject to
the withholding provisions of the clauses ALLO-WABLECOST AND PAYMENT
and FIXED FEE referenced in the General Clause Listing in Part II, Article 1.1 of
<his contract. Payment of fixed fee shall not be made in less than monthly
increments.

c. The Government's obligation represented by the sum of the estimated cost plus
fixed fee is increased by $200,000 from $8,976,350 to $9,176,350. ---
-- - -.
--

d. Total funds currently available for payment and allotted to this ~ ~ ~ t r ara
a p +
increased by $200,000 from $4,002,373 to $4 7n9 771 of which $ b7
represents the estimated costs and of which b7 represents the fixed fee.
For further provisions on funding, see the L l h I~A I ION OF FUNDS clause
referenced in Part II, ARTICLE 1.2. Authorized Substitutions of Clauses.

2. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.


~:SN 7540-CL-152-8079 " NO. 099G-Ci15 ".
0 .Th!!2L?? FZXV S: ;,z:.; 1: - 6 ;
6 i ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ & ~ ~ ~ ~ ~ & & & & ~ ~ & ~ & ~ p ~ ~ ~ & ~ & ~ ~ ~ ~ ~ & ~ ~ & ~ ~ & ~ ~ ~ ~ ~ & & ~ ~ & ~ ~ & & ~ ~ 6 6 ~ 6 6
----
hYZN3MEhT OF S~~ICIThTiONiM03iFICATIONOF CONTRhCf o 1 , C~SY;ACT ~ 2 ~
o
E
2
.".; -
rhe: +- :-J,Z:~
3
66;~~6d~&~~&~&6~&&666&~~6~6666~666&66666~~6&66~&66666666&&&&~66&66&A6666&i6666&&666666666&6&66A66&5666i66&66626~666i6i
2 . AqNDMENT/MC3IFiUTICN XO. O 3 . EFFECIVE DATE 4 ..
REQGISITIONi?L"nCiASE XEj. NO.' 3 . FRXEC? t i 2 ; I f i;=l:2az-e
I S e e 16C 2060,8721
66$~6~A6$66~6666&&~~~&&&66~~~&66~666&~.6&&6&~666666666&6~&~66&666~66&666666&6i66&~66666662~&i&6&i66~s66666666ii6k656
5 iS5-iJE22Y -. C03E O i66E-92731 7. hDMINiSTERE3 EY {If ocher :?.a? Iten 5 ; C03E0
26&&&6A6&666~ad66dAdA66d6A6C
- ~&66&;~i&6666616
National I n s t i t u t e o f Allergy
and I n f e c t i o u s D i s e a s e s , MOB
6 7 0 0 B R o c k l e d g c O r ; ~ , #%- : - : = -- -= o .

Bechesda, Maryland 20892-7605

~~~~&&d~66&66~~666~~~666~66666dd~&~~~&6~&A6&&&a&a&&&&&a&6&&a&6~6~&6AAAAA6~&~i666&&~&~~&&~66~&66&&6&66&&~6&6~6
a . NAVlE AND =DRESS 3F COhTR4CTOR (140.. Scree:, State ani ZI? Code) ' (*I 9A. ATShT)MEhT SCLIC?TATlCh‘ N3.
- aasaee;
" 5666AA666d&66&666&i6da66d&dAadd~6A6666Ada -
Matthews Media Croup, I n c . 99. DhTED (SEE :TEN il!
6101 E x e c u t i v e B l v d . , S u i t e 3 0 0
R o c k v i l l e , Maryland 20852 fi&&d&AC~A66&d666Ad6666Ad&6A6&666~d6d6666a66a6i~
10A. MOCIFIC?TIOS OF COhTKACTiOK2f3 N?
N01-10-92731 O n D

fi66ddA666d6AA6Ad6666ddd6add6d666666ddd6aa "
' 109. DATED [SEE ITEM 1 2 :
6ad6666666666P6666&666&6dA66d6a&666666666AA&~A6666A&&6&66&6A66666&666A66666AA6A&&6C September 28, 1999
CODE FACILITY CODE
66666&66666A66&6~&~A66&66&66&66~~6666&~~6666&6aA&66~AA666A6A6~66&A66&~A66A6&666A6A~666&&666A6~6~66&~66&6666&i6
11. THIS ITEM OhZY APPLIES TO AW-lENiIMENTS OF SOLICITATIOXS
~6A~Ad~&&66666~~&6~666A6dA6&66~&&~6~~&&&&&&66A6A6&A6&6&A&&666666666&6A6A6666A&6~~A66666A6A66666&66AAAA666&6&66d
!6666C
" The above nurhered so!-cltatlon is amended as set forth In ltem 14. The'hour end date s~ecitled fsr recelpt of Cffers
26666i :6666C :ad66$
" 1s extended. 1s nor. extended. . .
- .868661 26666i . ---
Offers must acknowledge recelpc of ctls amendment prior to the hour and date speclfled in the sol:cltaclsn or a s amended. by one
.of :he folloxlng mecnods ial- Ey compietln 1:ems 8 and 15 and returning coples cf he amendment. ID! Bv acknok,ledalng
recelpt of chis amendment o; eacn cop of tze offer subm~tted;or icl
to the so1;clta:icn
srgarare lerrer or :eiegram wh:rh inblxies a reference
and amendment nurrgers. FAILIRE OF YOUR ACKNOWLEDG. ?iT O !3E RECEIVED AT THE PLACE 3ESIGXATE3 FOR THE
3
SECEIFT OF OFFERS PRi9R TO THE HO'JR AND DA?E SPECIFIED MAY RESULT IN REJZFION OF Y3UX OFFER. If b vlrtue cf rhls amenamen: yol:
oeslre to cnange an offer already subm;:c.en, such change may be made b te-earam or lerrer, provides each telegram or letter
maKes reference to the sal~clcarlonan3 tkls amendmen:, and 1s recleves r'oi to =he o enlng hour and date s eclfled.
6d6666d6&66666666666~666Ad66d66666d666666666666A6A66&66&A666&6A&~666666&~6~A6666~&666~~66A6~A&6&~6AAA666&&66~A~6~&66666A6666A&
lkficf? -.'PX Z?~"55~';iE"
CAN 18325797 $1,210531 CAN 18335193,=$25=0.,000 .-

66666i686 . 6&A&&&6A&66AA&AA6&d666d66&A&6A6&d&A~6A~d6666AA666666A6666~666&6A6A66A66666666AAAA26&66666a66&A666&6
13. THIS ITEY APPLIES OKLY TO MODiFICATIONS OF CONTUCTS/ORDERS.
IT MODIFIES THE COh'RACT/ORDER NO. AS 3fSCRIBE3 IN ITEM 14.
666656~aa66A66666666666d~~~d6~666666&Pd66666a6&&&&&&6&A&6A666A&6A&66&666666A66A6A66a66&&66&66666&&6~66A&666~6aAA6&i66&~
1.) A. TXIS ClihNGi: IS ;SSUED PLTFS3AK TO: (Specify authority) THE CHkVGES SET FORTH IN ITEK 14 hRE MA22 AN T E E COhTRACT OTJjER
6666: NO. IN ITEM 10h
aa66~A6&6666AA666A&dda6&~AA6A66~d&6d6A66A6AA6A&666666666&AAAA&A66&&6&66AA66&666AA&6&6&66A&d&A666&A66&&6&66666&Sa6&&&&6A6&~66A66&A
3. THE ASOVE h'UMBERE2 CONTRACT/ORDER IS MODIFIED TO KEFLECT TilE RDMINISTRATIVE CEhNGES !such as changes 15 paylng offlce.
" appropriation date, erc.) SET FORTH IN ITEM ?4, PURSLiAhT TO TiE ASTHORITY OF FhR 43.103ib).
a~6ie~&&6~~&6666~6~6d~6~~6~6666~66~~d~66~&~~~6&666~~6~6~6666~66&A~d&~6~666~A&6&66~~66666~~6666~&
C. .hIS SUPPLEMENTAL AGREEMENT I5 EhTERED IKTO ?mSSRI;T XEHOR:TY OF:
666~6~a&~;~~;A~~6666666d6d6d6~~6aa6~d6AA66&6A6~&6666a666A~666666&66A666&6&6ad&66&66666a&&66A666666666a6666&a65.66AA&666&6
'
gecify,tpe P. moc:,;cation an= authcrlty,

Fx::
X Sectlon A r t l c e B 2 E s t i m a t e d C o s t s and P i x e d Pees
666ai66~666668666666666666~~d6666666666~66P~6d6~6~d6I66d666666~66~~666~A6B6~~~66~6&6~66~66~66~A6d6666666~~~
. 6~6
:6aa6:
E :W?ORTAh7: Concraccor 1s not. 1s re-ired LO slgn this docamen: and return 2 copies tc rhe lssulng ottlce.
866661 8 :
6 i ~ i 6 ~ 6 ~ ~ ~ a 6 ~ ~ ~ 6 i 6 6 ~ ~ ~ ~ ~ a 6 ~ ~ ~ 6 i 6 6 6 6 6 ~ ~ ~ ~ ~ ~ ~ 6 ~ ~ ~ ~ 6 6 ~ 6 ~ ~ 6 6 6 ~ ~ ~
2ESCRITT:C)h' OF M E F ; T ; , ~ h ' T / M O Z I F I C A ~ I O XiOrantd b
;4
PURPOSE: T o I I TO ADD AN INCREMENT FOR PO& YEAR
-
3)VCF sec. hd s lnc'ud~no S0l:~l:a~l3n/~0ntr. subi. matter where
TO ADD SUP%Llkkh'T POR TRB VRC TASXS 3 ) PROVIDE A ~ ~ D I T I O N A L
feasible.)
AVTXORIZATIONS
-- ..
- . . . . .. - .. .. . ... C o s t s Pee- Total
COS t s
Total Contract Costs
Fee Total .. .
.

- --
Previously Obligated
T h i s Mod b4 by 2,541,842
1,460,531
O r i g i n a l Award
,is Mod
-- -
8,726,350
250,000

Total
Funded t h r o u g h S e p t . 2 8 ,
iu n c h a n g e d )
6"l. . -
---- . . bL/ ..--
4,002,373 Total
_ract amt: f1.916.350. (change; b'l b Y.. 8,976,350
a e p t 28,2006

Excep: as provided hereln, al: terms ard cond1:lons of the documen: referenced In ltem 9A or iOA, as heretofcre changed, remalns
cnchanoe3 and 1 ~ .full f ~ r c eand effect
aad6666d6A&66a6a6&6a666~66~6Add66666a66~&AAa6666666666&666&6A66&666AAA6A6AA&i6&&6AA66&6A&&A&&&66&666&A6666666A~~66AA66666&A6
:6A. XAWE AND TITLE OF COh'TRACTiNG OFFICER ( m e or print.)
Karin K. Eddy
Contracting O f f i c e r , M O B , NIAID
A6&6Cdd~6666666666Ad6A6666d66A~666d6dd666666666666~6AA&6666AA~A6A6&66
16C DATE SIGNED

iSlo~acureof Cont
Matthews Media Group, Inc. Page 2 of 3
N01-AO-92731, Modification 7
-

I, Section B, Article B.2, paragraphs a, b, c, d, and g are revised as follows:


Ti=. --. . . r

a. The estimated cost of the contract is rncreased by $ b om


: 6-i rc bi
b. The fixed fee fnr +is contract is ~ncreasedby : b l' from )i
bJ
c. The Government's obligation, represented by the sum of the estimated
cost plus fixed fee is increased by $250,000 from $8,726,350 to
$8,976,350.
d Total funds currently available for payment to this contract are i n c r ~ a c ~ d
by $1,460,531 from $2,541,842 to $4,002,373 of which $ b fL
represents the est~matedcosts and of which I b y represents the
fixed fee. For further provrsions on funding see the LIMITATION OF
FUNDS clause referenced in Part II, Artrcle 1.2 Authorrzed Substrtutions
of Clauses. -
g Remaining Increments to be allotted to this contract are estrmated as
follows.

Total Cost Plus


FY Period Estimated Cost Fixed Fee Fixed Fee

2. Article B.4 Advance Understandings is revised to add the following consultants to


paragraph 3 Consultants as follows:

Authorization is hereby provided for consultants as follows:


Name Hours/Pages Total
-
Dr. Jim Kenimer -
. -.-
Michael Nord
-
Julian Meldrum

Paula Andalo $
Matthews Media Group, Inc. Page 3 of 3
NO1-AO-92731, Modification 7

Article C.1 Statement of Work is modified as follows:


3
- =
;. -- = - : - -- -=

Independently and not as an agent of the G~vernment,the Contractor shall be


required to furnish all the necessary services; qualified personnel, material,
equipment, and facilities, not otherwise provided by the Government, as needed to
perform the Statement of Work, SECTION J. ATTACHMENTS 1, 8, and 9 dated
12/23/98, 811812000, and 411312001 attached hereto and made a part of this
.. -
contract.

4. Section J, List of attachments is revised to add Attachment 9.

5. Article G.5. Government Property, subparagrapii b, Contractor-Acquired Property -


Schedule 1B is modified to add the equipment beloiv to Schedule 10, Attachment 7. The
Contractor is authorized to purchase these items for use in direct performance of this
contract. Title to this property will vest in the Government. Sales tax, transportation, andlor
.. --
installation charges are allowable.
.. . .

. . - .

Description Quantity Unit Price Extended Price

Nonin 8500 Pulse Oximeter 3 $535 $1,605


..
Pediatric Finger Clip .. --a:;

Nebulizer 1 $ 99 $ 99

H? LaserJet Printer 1200e 1 $398.95 $398.95

6. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME


Statement of Work
M M G will:
1. ~ e s i G (and print) recruitment materials. M M G will work with the Clinical Center's
Patient Recruitment and Public Liaison Ofice (PRPL) and VRC staff to design
.:---printmaterials including brochures, flyers, invitations, bookmarks and other
materials needed for VRC protocols. Text for materials will be supplied by the
government.

Materials development will include:


.. .
3 one planning meeting with members of VRC and PRPL staff to discuss and
decide on design concepts, key messages.
C the government will supply the text for materials within one week following the
meeting.
2 MMG will provide mock-ups of all materials to the government within three
weeks following the meeting.
3 additional meetings may be held as required to refine materials.

: [Estimate one-page flyer as initial project; cost estimates for quantities of


5000,7500 and 10,0001
.. . I
---
. .
2 . MMG will plan and coordinate an informal meeting between Dr. Graham, clinical
staff and key community contacts in advance of National Vaccine Day (May 18) -
as early as May 4, 2001 if possible.
. .
MMG will:
5 identify and develop list of community leaders
-
- send meeting invitations
-
- coordinate all meeting logistics

3. Provide a source list of key Community outlets who should be contacted about
the VRC project. The list should include representative organizations from the
local government, healthcare, faith based communities, gayllesbian community,
patient advocacy groups. Make recommendations for communication
outletslstrategies to reach these 1organiza:;ons.

4. Generate a calendar of key events (i.e. AIDS WalkslRuns, Vaccine day


-
celebrations) that VFtC staff should attend and materials be distributed. MMG will
. .. . . .. work with-the governfient to coordinate media activities at these events. .- -.
.- .- - -
- .- 5. Contact media outlets about the VRC project.

6. Coordinate volunteer transportation to and from NIH Clinical Center [Estimate


200 volunteers per year].

7. Assist with recruitment intake calls [estimate one or two staff]

ATTACHMENT 9
2 . ~ME~QMENT/M~~IFICATIN
O ON. I 3 . E F F E C T I V E DATE i 4 RE~L!iSITi3K/';bT.ZiiiSE KE% KG. i 5 PS'IJECT KC. :If: ; a icar:-
6 1 S e e 16C 1 2007.01225 1
- - -
6 I S S U E D BY CODE / 2666-92731 - I 7 mINIS~EXED BY ( I f o t n e r t r , a n ::er 6) COi\:l
1 I I
National I n s t i t u t e o f Allergy I
- --
a n d ~ n f e c t i b u s - " D a T e a s e B B - ~.' ~-- ' - - 1 --
6700 B Rockledge D r i v e , #I130 1
Betheed., n a r y l a n d 20892-7605 I
I
I I
8 . NAME hll ADDRESS O F CONTRACTOR (No , s t r e e t , S t a t e - a n d Z I P Code) I ( J ) I 9A AMEh'MENT O F SiL1C:TkT:Oh' N?
H -
I t
Watthews Medaa Croup. I n c . I 1 98 DATED ( S E E I T E X 1 1 )
6101 g r e c u t i v s B l v d . , S u i t e 300 I 1
R o c k v i l l e , Maryland 20852

I t
I I 1 0 8 . D A T E 3 ( S E E ITEM 131
4 I I Septamber 2 8 . 1 9 9 9
CODE I F A C I L Z T Y CODE I !
I I 1

11 T H I S I T E M ONLY A P P L I E S TO AMMENDMEESrS O F S O L I C I T A T I O N S
-- - .

0
0 1s e x t e n d e d , a
The a b o v e numbered s o l l c l c a t l o n i s amended a s s e t f o r t h I n i t e m 1 4 .
i d not extended.
The h o u r a n d d a t e s p e c i f i e d f o r r e c e i p t of O f f e r s

O f f e r s must a c k n o w l e d g e r e c e i p t of t h i s amendment p r l o r t o t h e h o u r a n d d a t e s p e c i f i e d i n t h e s o l l c l t a t i o n o r as amended, by one


.
- .
-.-
o f t h e f o l l o w ~ n gm e t h o d s : (a1 By c o m p l e t l n I t e m s 8 a n d 1 5 a n d returning c o p l e s o f t h e amendment; ( b ) By a c k n o v l e d ~ n s
r e c e i p t of t h l s amendment on e a c n c o p o f t z e o f f e r s u b m i t t e d o r ( c ) B * s e a r a t e l e t t e r o r t e l e g r a m w h l c h l n c l u d e s a r e ? e r ~ n c e
:o t h e s o l i c i t a t i o n a n d amendment n u d e r s . FAILLIRE O F YOUR A:~~~OWLEDGM&NTf O BE R E C E I V E D AT THE PLACE DESIGNATED FOR THE
R E C E I P T O F O F F E R S P R I O R T O THE HOUR AM) DATE S P E C I F I E D ?lAY RESULT I N R E J E C T i O N O F YOUR O F F E R . I f b v i r t u e of t h i s amendment you
d e s l r e t o c h a n g e a n o f f e r , a l r e a d y submitted, s u c h c h a n g e may b e made by t e l e g r a m o r l e t t e r , provides
each telegram o r l e t t e r
makes r e f e r e n c e t o t h e s o ; l c ~ : a : l o n a n d t h l s amendment, a n d 1s r e c i e v e a p r l o r t o t h e o p e n l n g h o u r and d a t e s p e c l f l e d .
i ~ f l ~ ~ - f l ~ & ~ f i ? f ~ F I A ~ ~" F. A ---"--"'
T
h-F : SOC 25.2E. See pg 3 f o r Amts. -&"F& #s
>' I
13. LA^ ILL^.^ n r r b ~ a a v n ~ YT O M O D I F I C A T I O N S O F COE;TRACTS/ORCERS.
I T M O D I F I E S THE COEiRACT/OiiC.ER NO. A S DESCRIBED I N I T E M 1 4 .
A . T H I S CHANGE I S I S S U E D FUISUANT T O : ( S p e c l f y a u t h o r i t y 1 THE CHANGES S E T FORTH I N I T E M i 4 ARE MADE I N T H E COKTZAZT ORDER
NO. I N ITEM 1OA

I 8 . THE ABOVE h'LMBERED CONTiUICT/ORDER I S M O D I F I E D TO REFLECT TXE ADMINLSTRATIVE CHANGES l s u c h a s c h a n g e s I n p a y l n q o f f l c e .


a p p r o p r l a t l o n d a t e e t c I S E T FORTY I N ITEM i 4 . PURSUANT TO THE A i i i H G R I T Y O F FAR I I i D I l b l

D . OTHER I S e c l f y t v p e o f moa1f1ca:lon a n d a u c h o r i c y l
X Section g.
~ r t i c i e8 . 2 B e t i m a t e d C o s t s a n d P i x e d P e e s

E . IMPORTALI'T: Con:racCor a is n o t , JS r e w i r e d t o s l g n t h l s documect a n d r e t u r n 3copies t o t h e issulng offlce

1 4 . D E S C R I P T i O N O F A V E t ~ M i N T / M O D ! F I i ^ A T I O N ! O r g n z d , by UCF s e c n d o s . , ~ n c l u d l n gs o l l c ~ t a t l o n / c o n : r . s u b ] . m a c t e r where f e a s i b l e . ]
PURPOSE: To 1 ) TO DBOBLIGAiB -NIAM.S FLIND.5. '._I J TO ADD S U P P L H FOR
Coe r e Pee Totql
~ SUB-CONTRACT.
Total Contract Coats
-.
Costa Pee Total -
Previously Obligated 2,367,353 O r l g l n a l Award 8,392,243
Thaa Mod ( d e o b l l g a t a d l -159,618 T h l s Mod 334,107
Than Mod f s u p p l e m e n t l 334,107
- --
Total
Funded t h r o u g h S e p t . 2 8 ,
f unchanged)
br i;? r/ ,541,842 Total
ract ant: $ 8 , 7 2 6 , 3 5 0 (char h7 4 *:
8,726,350
S e p t . 28,2006

E x c e p t a s p r o v i d e d h e r e l n a l l t e r n s and conditions of t h e oocument r e f e r e n c e d I n i t e m 9.4 o r I O A , a s h e r e t o f o r e c h a n g e d , r e m a l n s


uncnanged and l n f u l l f o r c e a n d e f f e c :
,
1% NAME AND T I T L E O F S I G N E R (Type 1 16A NAME ANZ T I T L E O F COXTRACTINC O F F I C E R ( T y p e o r p r l n ~I

/&;A&<M, L 1

I 16C DATE S I G N E D
I
Matthews Media Group, Inc. -- Page 2 of 3
N01-AO-92731, Modification 6 --

-. --a=-. so . < - .. - --

I. Section 8, Anicle 8.2,paragraphs a, b, c, d, and g are revised as follows:


a. The estimated cost of the contract is increased by 6;/ irom
$ !Cf
b. The fixedfee for this contract is increased by 57 -. to
" f
C. The ~ U V C II ,,;lent's obligation, represented by the sum of the estimated
cost plus fixed fee is increased by $334,107from $8,392,243 to
$8,726,350.
d. Total funds currently available for payment to this contract are I

decreased by $1 59,618and increased by $334,107from $$2,367,353


to $2,541,842 of which $ b f represents the-estimatedcosts and
of which : h- y. represents the fixed-fee. Ear further provisions on
'

funding see'ihe L~MITATIONOF FUNDS clause referenced in Part II,


... .
Article 1.2 Authorized Substitutions of Clauses.
Increments to be allotted to this contract are estimated as follows:
g.

Total Cost ~ l u s ~
- N Period Estimated Cost. Fixed Fee Fixed Fee
-- ----
- . -..-. -

2005 9/29/05-9/28/2006
Total

2. Article 8.4 Advance Understandinqs is revised to add paragraph 4 as follows:


. .
Authorization is heray provided for a two-year subcontract with Westat to perform
. . -. . . . . .
-'the requirements as stipulated inthe Statement of Work for Dr. Malech which is
added in Section J as Attachment 8 (see below).
-- -.

3. Article C.l Statement of Work is modified as follows:

Independently and not as an agent of the Govemment, the Contractor shall be


required to furnish all the necessary services, qualified personnel, material,
equipment, and facilities, not otherwise provided by the Govemment, as needed to
perform the Statement of Work, SECTION J, ATACHMENTS 1 & 8,dated
12/23/98and 8/18/2000, attached hereto and made a part of this contract.
Matthews Media Group, Inc. Page 3 0 f 3
NO?-AO-92731,Modification 6 -
.I__% - - . . - .. _
4. Section J, List of attachments is revised to add Attachment 8.

5. The following are the Can #'s


- and the amounts supporting this modification:

CAN# Amount Req. #


0-8325797 $ 134,107 002007
0-8329263 100,000 01225
0-8337374 100,000 01225
Total $ 334,107
0-8325013 $ -159,618 DEOBLIGATE

ALL OTHER TERMS AND CONDITIONS R E M ~ N


THE SAME
The genetic immunotherapy section of the laboratory of host defenses, NIAID is looking
for external protocol m u ~ a g e ~ n esupport
nt sel-vices for the clinical trials listed in the
enclosed table. At this time we are seeking a co~nmitmentfor 4 years of support with the
possibility-of extending this. It is possible that some ongoillg trials listed in the table
will be closed and replaced by similar new protocols in which data managementlclinical
audlllpg p r g ~ e d . u e sqe-defjned with the help-of the requested support senlices. Support
services to be provided should include, but are not lirr.ited to the following;

1 ) Development of report forms for protocol-specific data collection and management,


and the interaction with NIH Gaff including other contract staff at NIH as required to
. .
make these forms accessable as electronic documents within an existing clinical data
program such as Crimson and/or in other formats such as Internet Web p a i e access.
The forms will be designed to document;
1) Fulfillment of protocol eligibility requirements
ii) Adverse event reports
iii) Case reports
iv) Inventory and disposition of biologic materials obtained for, and used in
clinical trials. Expiration, performance and safety data should be
.. -
included.
- .. . 2) A weekly or biweekly audit of investigator compliance with report form completion
. . . as weH-as.appropriate dissemination of the forms. This includes filing o f appropriate
regulatory documents.
3) Where appropriate, data storage, data analysis and statistical support. Some statistical
support may be provided by other NII-I staff in which case statistical suppolt f r o ~ nthis-- .
--*.' :=.
.- .--
. .;
task modificatiol~will interface wit11 NIH statistics staff as required.

Additionai support services will include;


4 ) Data enlry, completion and dissemination of report forms
5) Aid in the design, \vriting and plan for implementation of new clinical trials of gene
therapy and allogeneic stem cell transplantation in the area of assurinz that protocol
design is co~npatiblewit11 data entry form design and computerization of data entry,
and in assuring that regulatory requirements can be met. I t is not expected that the
protocol support service personnel would have specialized expertise in bone marrow
transplantation or gcne therapy. Such expertise would be provided by N.IH staff.

-
Current and projected protocols from the Genetic Irnmunotherapy Section of the
Laboratory of Host ~ e f c n i c sNational
, Institute of Allergy and Infectious Diseases
Protocol Title Status Total (Projected)
Number Accrual
95-1-0 134 Gene therapy approach for Chronic Activc 12(30)
Granulomatous Disease
I I

98-1-0 104 i Allogeneic stem cell rransplantatlon for ' Active l4(30)
Chronic Granulomatous Disease

Unassigned Allogcncic stem ccll transplantat~onfor IRB o( 10)


patients with Chronic Granulomatous approved
-
Vlsease u;ho ale actlvely lntcctcd.

ATTACHMENT 8
i Disease who are actively infected. I -

i I
None (
- Stel11 cell gene therapy for X-linkcd Severe 111 j O(l5) 1
!
Combined Imrn~ne~Dcficicncy development ' I
I
=
I 1
I
I
I

ene iherapy:approach-for Chronic In 1


Granulomatous Diseaseusing bone marrow development I
Ii
conditioning 1 1
None Matched unrelated auogeneic stem cell !

.-
. -. .- 1 /
transplantation for chronic granuiomatous
disease
i O(lor I
I

ATTACHMENT 8
S W Y OF NEGoTIATIONS/IMPAC CODE SHEET
I
1 12 1
t ' '
- - .-
2 - Halor Mods
5 - Continuation
3
7
4
-
-
Minor Mod~flcations
Exercise o f Option
,
(Change Orders or Supplemental Agreements) I C O N T R A n NO I NOD NO 1-
1 N01-AO-92731 16 I
NIH 1759-2 (Rev 4/98) t II I
8 U S GPO 1984-461-326 I TRANSACTION NO 1139 1 ( CHANGE FROM CONTRACT NO
- II I

-
>
I

- -
2CTION I--GENERAL INFORMATION Task Order Number (373): Task Order (364 I :
I I
OF C O N T R A ~ O R . :;=.I ma = - . - .. .= : ( NEWTIATION PROCESS I DATE OF NEGOTIATION
atthews Media Group, Inc. I In Person By Phone / /
I I - I I I / / / /
AME OF CONTRACTOR'S REPRESENTATIVE PHONE NO. (with area code) I
1 ' I

eilig, Frances 301-984-7191 11 LOCATION (if "in person') (Street, Clty. State, Zipl
1
- { 6101 Executive Blvd.
RINCIPAI, I~IVESTIGATOR (last name. first name, MI) (009) Suite 300 I
.. .
I Rockville,
I

-
- -
ECTION I I -EXTERNAL REQUI REMEKTS/PXOGRAM DATA

-
I I

X f E K T OF COMPETITION 1061) I HUMAN SUBJECT CODE (0441


SYNOPSIS-PROPOSED AWARD (2121 I
*I- FOC - New Award,Recompetition,Exercise of Options,etc.( 10 - None 1 Y-Synopsized
2 - OFOC - Unsolicited Proposal ( ( 1 0 1 20 - Subjects Involved1 IY I N - NO, Emergency
( 3- OFOC - Unique source/Only One Source I U 30 - Exemption Claimed! U X - No. Other
4 - OFOC -
Follow-on Contract . 1 ,I
5 - FOC - Basic Research Proposal ILABoR SURPLUS CODE (218) IPRIVACI ACT APPLICABLE (3021
6- OFOC -
7- OFOC -
8- OFOC -
9- FOC -
0-. FOC - -
- .
Awarded under SBA %(a1 Program
Unusual and Compelling Urgency
~uthorized/Required by Statute
Essential RLD Capability
Alternate Source
. . *- . I
I Y - Yes
I IN I N -.No
t 1
I CLINICAL TRIAL (359)
I
. .-

x - ~ o tassigned
1 J X I Y - Phase 111
I
f
- ... I
n

I
,--,

-
IN)
I
Y - Yes
N - N o
I
I REQUEST FOR
Minority (354J I 1 1 1 C O ~ R A C TACTION
DATE (178)
-
{+=I
AWARDED I I N - Clinical Research Gender(35511 1 1 1 08/11/00

-
,IF UNDER NEW RFP IAIDS A F F I L I A T E D [ ~ O ~u
Number of Proposals Received L l E O l 1 n 1 I I I 1

- - - - - - ( IN I 'I - Yes )NIH PROJECT OFFICER (last name, first name. MI] (242)
I N - N O ]Polis, Michael, Dr. ,
I I
I I I I l l
JROPERTY 1305) 1 Y-Yes N-No T-Transferred I EXCEPTION T O TRACKING (3651 1 1 1 : 2, :=
I I 1 I 1 1

-
;ECTION 111--SUBCONTRACTING INFORMATION (IAW Publlc Law 95-507 as xmplemented by OFPP Pollcy Letter 00-21
I I 8

;UBCONTUCTING PLAN I052 I TOTAL DOLLARS IN PLAN (020) ISMALL BUSIh'ESS GCAL 1030) j DISADVANTAGED BUSINESS GOAL 1032)
Y - Yes. Plan Submitted 1 5 I $ I $
I N 1 N - NO, ~ o tApplicable I I

U 1 WOMAN-OWNED BUSINESS GOAL (0361 S

SECTION I V - - P E R F O W C E / F U N D I N G INFORMATION [in whole dollars1

Funds obligated by this action


F'unds deobligated by this action
(0891 S
(1221 S
334.107
159.618, - ] THE FOLLOWING TWO ITEMS ARE TO BE COMPLETED ONLY IF THIS
1 ACTION IS AN OBLIGATION OF FUNDS AND THE CONTRACT IS DESIGNATED
I
Indirect cost portion of above
Fee portion of above obligations
This action provides for the performace
I:::: b3 I
AS A SMALL BUSINESS OR W O R SURPLUS AREA SET-ASIDE

Small business (Other) 10261 S 334,107


period covered by funding to be extended - i
.f., /
-
through (give month.day,year\
. .. . .. . .. .. . -.-
- C0901 j
71
Labor surplus area (0341 $

THE FOLLOWING TWO ITEMS ARE T O BE COMPLETED ONLY IF A CHANGE ( AIDS AFFILIATED I1501 S
HAS OCCURRED T O DATA PREVIOUSLY REPORTED OR THE CONTRACT IS 1
BEING RENEWED AND INCREMENTAL FUNDING IS PLANNED OVER A MULTI- ( COMPLETE THE FOLLOWING ITEMS FOR CONTRACT ACTIONS FUNDING A
PLE-YEAR PERIOD. ( COST OVERRUN
Total funds to be awarded I3471 S 8,726,350 ( Cost overrun-direct cost 1379) $

Expir. Date of Contract i f all Options Exercised: / / I


Expiration date of contract (021) 09/28/05 1 Cost overrun-indirect cost (3611 S

SECTION V--CERTIFICATION AND REVIEU


I I

To the best of my knowledge, the lnformatlon set ( NAME OF CONTRACT SPECIALIST j DATE
forth is both complete and accurate 1 I
I Barbara A Welsh I
I I
! I

I have reviewed the Summary of Negotiation lntsr- I NAME OF CCVRACTING OFFICER ) SICNATURE
I ~ , ~ ~ ,~d . r ~ , 0n.n
i ~ goff;,--
~ ~ ~ ~cr ~ Yollow
. co~yrocrinui b y ~dminlstrrlivaOlficr. Forv ' 2 wntre, rne pcnr sou U ~ U W ,uu.v. .-,..-.
For SMe ONLY: blur copy 1~ pink copy to Pur. Serv.. SMB. 2 whit, UP*^ PL
- - a A W ~ I .SMB
W ~ E WYNESSFOOUS
R IN^. . .m.~G.r5m
J

CU*LlC MSALTM .mI)vtc. =


APPROPRIATION

REQUISITION FOR EOUIPMENT A N 0 SUWLIES


R~OUISITIONED
BY
.--- -- 75-0-0891
ALLOTMENT NO.
OC 2 5 . 2 E

L i n d a A . Adams
ALLOWANCE NO. CROJWCT N O .
NHGRI, D I R
- I I
d
OELlVKR TO DELIVER A C m Of N l K N I Y OR-I) OWL*'
r C-) z

. Matthews Media Group Karin Eddy - --


8LDQ. NO. R O O M NO.
09/18/.OC KATI0NP.L ,INSTITVTE OF ALLZXGY & INFECTZOUS Z I S Z X E S
RSQUISITIOR RZQUEST P0F.M

-. I
( Iniriated B y : B. Welah Or,: 3 9 / 1 8 / 0 0 ?hone : - I
i
--
RPP No. Cont No. Mod. K c . Dlvision Eranch CAN O b ? . Clas
99-50 92731 DIR DIE 08325797 2 5.2E
-

Contractor: Matthews Media Group, Inc.


Title: Support for Mycobacterium Tuberculosis Studies
I

1 --- F u n d i n g period - - - / Approval Amt . Eamarkec5 Remaining Balance

. .
.... EXPLANATION I F AMOUNT REQUESTED DOES NOT W T C R NEGOTIATED AMOUNT . -.-
.. . -. .

[ 1 I . F . zmount r e d u c e d by anticipated UNOBLIGATED BALANCE


[ 1 Chznge i n SOW - attached
[ ] O~i-izR - provide explanation
- -. ..- - -... . -
- ---.--.

[X 1 Administrative Off ice1 Jim Dickens


[XI Chief, LAKZl Rich F r e e d
[ I
[ I
i I
i I
Contract NO1-AOz92731 Page 2 of 2
-
Modification Number 5

BEGINNING-WITK'THE EFFECTIVE DATE OF THlS MODIFICATION, THE CONTRACT IS HEREBY


MODIFIED AS FOLLOWS:

ARTICLE G.5 GOVERNMENT PROPERTY, subparagraph b. Contractor-Acquired Property-Schedule


1-0 is modified t o add the equipment below t o Schedule I-B. Attachment 7. The contractor is
- --
--
authorized to purchase these items for use in direct performance of this contract. Title to this
property will vest in the Government. Sales tax, transportation, and/or installation charges are
allowable. The enclosed form HHS 565, Report of Capitalized Non-expendable Equipment, must
be completed pursuant t o NIH Billing Instructions and forwarded with your invoice.

Description Quantity Unit Price Extended Price

Sharp AL-1000 Digital Laser Copier 1 399-98 = 399.98


CDW HP Omni-Book XE2 . 1 1696.86 1696.86
Bayview Nonin 8.5.0 0 M
Pulse Oximeter 1 575.00 575.00
Total 2671.84

ALL OTHER TERMS AND CONDITIONS OF THIS CONTRACT'REMAIN UNCHANGED U D IN- . .


FULL FORCE AND EFFECT.
Attachment 7

.-
Schedule IB - Contractor - Acquired Government P7operfy

Description Quantity Unit Price Extended Price


-
Notebook Computer
- *. . Sony PCG-1F350 1

Digidoser Spirorneter 1 4,995.00 4,995.00

Bell Atlantic Cell Phones 3 720.00 ea per yr 2,160.00 per yr

Brother PPF770 Fax 1 120.00 120.00

Sharp AL-1000 Digital Laser --


Copier 1 399.98 399.98
- . .

. .
CDW HP Omni-Book XE2 1 1696.86 1696.86

Bayview Nonin 8500M


Pulse Oximeter 1 575.00 .:- 575.00 _ :.
.- ---.
._.
-.
--.

Total 11,653.84
-- -----
NL NAL INSTITUTES OF HEALTh NO 1
Summary oi .4egotiations/lMPACCode Shec ~ 4 3
(Change Orders or Supplemental Agreements -- R&D Related) N 44
-
I Task

i
CONTRACT N O M O D NO Oraer No (373) Task Order 1 3 6 ~ ) TYPE OF ACTION (0911

NO 1 -.40-9273 1
T R A N S A C T I O N NO 1 1 391
5
-
I 6=Yes 0 - N o
1 = Mod to i a s * Older

CHANGE FROM CONTRACT NO


12 Malor Mod~ltca.~or I
h5 Coni~nuat~~n i
hanot MOO s :a
Exe :s e o' 9 s
:-
-7

-
SECTION I GENERAL INFORMATION

CONTRACY~??
NAME OF
-0 , - NEGOTIATION PROCESS DATE OF N E G O T I A T I O ~ ~

MATTHEWS MEDIA GROUP, INC. In Person ~y Phone

N A M E OF CONTRACTOR S REPRESENTATIVE PHONE N O Iwrlharea codel LOCATION 111'10 person')/Streer, t r y , Srare,

FRANCES HEILIG (301 984=7 19 1 6101 EXECUTIVE B L V D SUITE 300 .


ROCKVILLE. M D 20852
PRINCIPAL INVESTIGATOR (009) (lasf name, first n a m e Mll
.- MATTHEWS, MOLLY
I
-
SECTION II EXTERNAL REDUIREMENTSIPROGRAM D A T A

EXTENT OF COMPETITION (061) H U M A N SUBJECT CODE (044) SYNOPSIS-PROPOSED A W A R D 12 121


-
10 None -
Y Svnops~zed
' 1 - - FOC -- New Award. Recornpet~tion, 20 - Subjects involved N - No. Emergency
Exercise of Opt~ons.efc. -
30 Exemption Clalmed -
X No. Other
2 - OFOC .-Unsolicited Proposal.
3 -- OFOC -- Unlque Source/Onlv One Source. PRIVACY A C - i APPLICABLE (3021 REQUEST FOR CONTRACT A C T I O N
4 -. OFOC -- Follow-on Contracf
DATE (1781
- 5 -- FOC .- Basic Research Proposal.
6 -- OFOC .-Awarded under SBA 8Ia) Program.
..
$
/J ::is ..
.. -
- . ..
7/24/2000
7 .-OFOC .-Unusual and Compell~ngUrgency.
8 - - OFOC .-Author~zed/Reau~red
Dv Statute. PROPERTY 13051
9 -- OFOC .-Essenflal RhD Capabll~ty.
0 -. FOC .. Alternate Source. Y - Yes -
N No T - Transferred

'IF AWARDED UNDER NEW RFP AIDS AFFILIATED 13011 NIH PROJECT OFFICER (242) (last name, firsf name, MN
- . . -- - .
NumDer of Offers Received I1 801 .: ==.- :z. .: . -
POLIS, DR. MICHAEL
SECTION 111 - SUBCONTRACTOR INFORMATION (Public L a w 95-507as fmplements b y OFPP Policy Letter 80-2)

SUBCONTRACTING PLAN 10521 T O T A L DOLLARS I N PLAN 1028) 1 S M A L L BUSINESS G O A L 10301 DISADVANTAGED BUSINESS GOAL (032)

Y -. Yes. Plan Submitted


I
N .. No. No1 ADollcab'e WOMAN.OWNED BUSINESS GOAL 1036) S

-~

SECTION IV - PERFORMANCE FUNDING INFORMATION (in whole dollarsl


THE FOLLOWING ITEMS ARE T O BE COMPLETED ONLY IF THIS ACTION
IS A N OBLIGATION OF FUNDS AND
Funas obltpaled ov ~ h r saclzon ,oEI, $ O O0

F u ~ o saeobligaled bv lnls acllon 1,221 OoO


THE CONTRACT IS DESIGNATED A S A SMALL BUSINESS OR LABOR
1n0 r e c t cos~p o r ~ l o n0 1 a b o v e It211 $ SURPLUS AREA SET-ASIDE
-
Fee oorlton 01 above ob18g'al~ons 13491 s < -
" . . . . .. . -.- . .
7

Small ous8ness . -0- - ..-<-.

Th,s acllon provides lor Ihe P?rlormance Derlod c o v e r e 0 b y lund*ng 10


/ .
Small O~sadvanlagedbusiness
10261 $
10551 -... C

be cxlenacd Inrough ,g,ve monrn oar. r r r r l . 10901


-
- -.
-

THE FOLLOWING TWO ITEMS ARE TO BE COMPLETED ONLY IF A CHANGE AIDS AFFILIATED (1501 $
HAS OCCURRED TO DATA PREVIOUSLY REPORTED
COMPLETE THE FOLLOWING ITEMS FOR CONTRACT ACTIONS FUNDING
Tola1 funds 10 be a*arCed 13471 $ A COST OVERRUN
Eso~ral~ond a l e o f conlracl 10211
ESPratson Oare ol O~ltonC o n l r a c l 11 A i l Cosl owcrlun dlaecl cosl 13791
Oot~onsExercised 13691 Cosl overrun 8nd1rec1cost 13811 $
I
SECTION V - CERTIFICATION A N D REVIEW
To the best o f m y knowledge, t h e ~ n t o r r n a t l o n NAME OF CONTRACT SPECIALIST I3631
set f o n h is b o t h complete and accurate
BARBARA WELSH
I have r e w e w e d the Summary of N e g o t ~ a t i o n NAME OF CONTRACTING OFFICER I3621 SIGYATURE
information and associated coding for
completeness and accuracy KARIN E. EDDY
-..., ...-,.-. ,. ,net Ilzo o r r ~ r r l h ~hrvl O T M NIH Contra* I&AC 1Jspr.z G I I I ~ P
- ..
NSN 7 5 4 0 - 0 1 - i 5 2 - @ 5 7 0 CYA No. C090-9115 STX;CL=.Z ???M :: ;RE. :y . i,

AMENDMEI;: OF SOL~EITATION/MODIF:C~T;~:J
O? CORYRA;? 1 1 . CCSTiU4Yi.-:? C-7-S : ;.A;: 2 P,.,_ES
I
1
.. ,
,

2 . ~~~END!~ENT/MODIFICATION
NC / 3 . EFFECTIVE DATE 1 4 KEQC:Si::OX/Pi7iC&IE RE,;. ?;a. 1 5 PRSJECT R:. ," ., -. - - - 3- z : e
, - - a-7'
I S e e 16C I I
4 -. . I
I
I
I

6. iSS'ED BY CODE i 2666-92731 - I 7 A3YiKiSTEREC BY ( i f o c h e r :kan :ten 6: CODE1


I

N a t i o n a l I n s t i t u t e of A l l e r g y 1
---
and I n f e c t i o u 9 - ~ e a s ~ A P I O B ~ ~ - -- 1
6700 B R o c k l e d g e D r i v e , Y1130 I
B e t h e s d a , Maryland 2 0 8 9 2 - 7 6 0 5 I
I
I
8. Idw,E RND ADDRESS OF CONTWCTOR ( S o . . s t r e e t , S t a t e a n d ZIP Code) I (41 1 9A AMENDMEhT OF. SOLICITATICS h'3
t--l
... I I
i a t t h e r s Media Croup, I n c . I I 9B DATE3 (SEE ITEM 1 1 )
6101 g x e c u t i v e B l v d . , S u i t e 300 I I
R o c k v i l l e , Maryland 20852
I I 10A. MODIFICATION OF CONTRACT/OIIDER 5 2 .
1 d l NO1 - 1 0 - 9 2 7 3 1

1 1 1 0 8 . DATED (SEE ITEM 131


4 I I September 2 8 , 1 9 9 9
CODE .I FACILITY CODE I I
I I I

i l . THIS ITEM ONLY APPLiES TO *ENDMENTS OF SCLICITATIONS

The a b o v e numbered s o l i c i t a t i o n I.. amended a s s e t f o r t h i n i t e m 1 4 . The h o u r a n d d a t e s p e c i f i e d f o r r e c e l p t o f O f f e r s


- -
0 -- [1s n o t
1s e x t e n d e d , extended. .. -.-
o f f e r s -must a c k n o w l e d g e r e c e i p t o f t h l s amendment p r r o r t o t h e h o u r a n d d a t e s p e c l f l e d I n t h e s c l i c i t a t r o n o r a s a m e n d e d , by one
o f t h e f o l l o w i n g mechods: iar B c o m p l e c l n Icems 8 a n d 15 a n d r e t u r n l n q c o p i e s o f t h e amendment; l b ) ay a c k n o w l e d q ~ n g
rece:pt of t h l s amendment on eacX cop^ c f t / l e o f f e r s u b m r t r e d ; o r i c l B s e a r a t e i e t t e r o r t e i e g r a m r h l c h i n c l u d e s a r e f e r e n c e
t o t h e s o l i c i t a t i o n a n d ame;dment nuF e r s FAILURE OF YOU2 ACKNOWLEDGM&."T ?O BE RECEIVED AT THE FUCE DESIGNATED FOR THC
RECEiPT OF OFFERS PKIOR TO .HE HOiTR AI*T DATE SPECIFIED NAY RESliiT Ih' REJECTION OF YOUR OFFER. !f by v l r c u e c f this amenoment you
d e s l r e t o c h a n g e a n o f f e r a l r e a d y s u b m ~ t c e a , s u c h c h a n g e may b e made b t e i e g r a m o r l e t t e r , p r o v l a e a e a c h t e l e g r a m o r l e t t e r
makes r e f e r e n c e t o t h e s o i l c l t a i l o n a n d t h l s amendment. a n d I S r e c l e v e 8 p r i o r t o t h e o p e n l n g h o u r and d a t e s p e c i f i e d .
-
-
...-;.Y':-.. -
i ~ e ~ ~ - ~ ~ ~ f l P f ~ ~1 1 f i A ~- - 2~' A T A .

- h4 Y 1

13 l . L , -m
~r r ~ l l r - U~N L I TO VODIFiCATiONS OF COVTRACTSIORDERS.
I T P'3DiFIES THE COKRACT/ORDER NO AS DESCRIBED IN ITEM 14
A . THiS CHANGE IS ISSLED PURSUANT TO. ( S p e c l f y a u t h o r l c y l THE CPANGES SET FORTH IN ITEM 1 4 ARE MADE Ih' THE CONTRACT ORDER
NO. IN iTEM 10A.

B THE PBC)';E NUMaEilED CONTRACT/ORDER i s YOCIFIED TO REFLECT TAE A!3MIN:STRRTIVE C W G E S ( s u c h a s c h a n g e s l n p a y l n g o f f l c e


a p p r d p r i a t i o n d a t e , e t c I SET FORTH I & iTEM 1 4 . PbTSilAh'T TO THE AUTHORITY OF FAR 4 3 . 1 0 3 1 b I
X
I
C. THiS SUPPiEMEKTki AGREEMENT I S EKTERE3 INTO PLTRSUNrT AiTHDRiTY G F .

/ 5 . OTHER (Specify rype o f r n o d i f ~ c a c l o na n d authority)


-- ~- -

E. !MPORTANT: c o n t r a c t o r 1s n o t , 1s r e q u i r e d t o s l q n t h ~ sdocument a n d r e t u r n - copies t o Lhe i s s u l n g o f f i c e .

1 4 . DESCRIPT:ON.OF AYEhVMEhT/M03!FICATIO:~ (Orgnzd by Y C F s e c h d g s .


~ n c i u d i n gs o i l c i t a t : o n / c o r . t r s u b ] . m a t t e r where f e a s l b 1 e . 1
PURPOSE: To a d m l n i e t r a t l v e l y ! d d t h e requ2k2ment f o r a r e p o r t on e d u c a t i o n .of ~ t a f fi n t h e p r o t e c t i o n o f h w a n s u b j e c t s .
-
-
.a:..-

.- :-

Funded through September 2 8 , 2001 (unchanged)


Total c o n t r i c t m o u n t : $ 8 , 3 9 2 , 2 4 3 . funchangedl
E x p i r a t i o n D a t e : September 2 8 , 2006 (unchanged)

E x c e p t a s p r o v l d e d h e r e l n , a l i t e r m s a n d c o n d l t l o n s of t h e d o c u m e r i ~ r e f e r e n c e d I n I t e m 9A o r iOA, a s h e r e t o f o r e c h a n g e d , r e m a i n s
unchanged a n d r n f u l l f o r c e a n d e f f e c t
- ~

1 5 A . NAME AND TITLE OF SICKER 1T.ype c r p r l n t 1 / i6A NAME AND TITLE OF CONTRACTING OFFICER (Type o r p r 1 n t . I
I Karin E . Eddy
I C o n t r a c t i n g O f f i c e r , MOB, NiAID
I

1 5 a . CONTRACTOG/OFFEROR / 15C. DATE SiGNE3 I i6B Wi-ED STATES OF RMERICh I 1 6 C . DATE SiGNED
I I
- ! I/
I
BY &hi
[Signature of
FContr
[ S i g n a t u r e o f p e r s o n a u t h o r i z . e d :o sign1
. - Modification 4
N02-AO-92731, Page 2 of 2
--
Beginning with the effective date of this hodlfication, the contract is hereby modfied as follows:
. --
.. . - . - ..
I . - - - ~ T I ~ C.2.
T E' ~ i p o r t i nRequirements
i is amended to add paragraph e. to read as follo\\~s:

e. NIH policy requires education on the protection of human subjects participants for all
investigators receiving NIH contract awards for techrucal support of work involving
human subjects. For a complete description of the NM Policy Announcement on
required education in the protection of human subject participants, the Contractor should
access tlle h W Guide for Grants and Contracts Announcement dated June.5, 2000 at the
following website: l ~ t 1 p : / ! ~ r a r ~ t s . n i h . ~ o v ! ~ ~ a n t s ~ p u i d e / n o t i c e - f i l e s / N O T - O D - O .

Tile information below is a summary of the h'M Policy Announcement:

Tlle following information is to be furnished in the first progress report or with the first
deliverable submitted to the Governillent after October 1,2000, whichever occurs carlier:

The Contractor is required to submit a description of education in the protection of


human subjects that has been completed by the principal-investigator and any other
individuals, including any subcontractors or consultants, who are responsible for the
-=- - design and conduct of the techmcal support under the contract.

Curricula that are readily available and meet the educational requirements include the
NIH on-line tutorial, titled "Protection of Human Research Subjects: Computer-Based
Ilol~srinc~vcbtl.
Training for Researchers," available at l1tt~://l~el1~-11ih.~ov:800 This site
may be downloaded at no cost and modlfied for use by the Contractor, if desired. 'Iii'"'
addition, the University of Rochester has made available its training program for
individual investigators, and completion of t h s program will also satisfy the education
requirement. The Universih of Rochester manual can be obtained through Center watch,
Inc. at htip://\vuw ccntenvatch.c~rn.Lf an institution has already developed educational
programs on the protection of research pmcipants, completion of these programs will
also satisfy the educational requirement.

In addition, prior to the substitution of the principal investigator or any otl~erindividuals


responsible for the design and conduct of the technical support under the contract, the
Contractor shall provide information in writing to the Contracting Officer describing the
education in the protection of human subjects that has been completed by the replacement
personnel. -
-.- --
" . .. .. . . ., .
- (End of Clause)

.- -.- All other terms and conditions remain unchanged


;;;;'
--

AXEN3MENT G F SOLICiTATION/MODIFI?ATION OF C O i i T M C T 1 i . CC:ITMC, i 3 C23E j FA,E c:


I 1 11
- I

2 . AMENDMENT/Y.ODiFiCATION NS. / 3 2 F F E C T i V E "PTE I 4. REC;'iSiTiO:;iFLfRCii$SZ RE2 N2 1 5 ?RCJETT t:C ! I f a~?l;:,c:c


3 I june I. 2000 1 123456 I
I I
I I
b . I S S i i E D BY CODE 1 2668-92731 - 1 7 WiNISTER23 a'i i i f o t n e r :ha:: Irel- 61 ;03EI
I
I 1

dcq Mgmt & Operataons Branch, NIAID I


Nataonal I n s t l t u - f Hea+fh -- 1
67008 R o c k l e d g e Dr , MSC 7 6 0 5 1
B e t h e s d a , Maryland 20892 -7605 1
I
---
I

NAME AN3 ADDRESS O F C O N T M C T 3 R (No , s t r e e t . S t a t e - a n d Z I P Code1 1 iJj I 5 A . tVlEN3F:Eh'T O F S C L I ; i T A T I G N N3


H
I I - -
M a t t h e w s Media C r o u p , I n c . 1 I 50 3 A T E D ISEE ITEM I i i
6101 E x e c u t i v e B l v d . , S u i t e 900
R o c k v i l l e , M a r y l a n d 20852
I I i O A . M O D I F I C A T I O N O F COh'TRAZT:GR2ER KC
1 4 1 NO1 -do-92731
I I
I 1 108 DATE3 [ S E E I T E M :3r
I 4 1 S e p t e m b e r 26, 1999
CODE I F A C I L I T Y CODE I I
I 1 T H I S i T E M ONLY A P P L i E S TO AMMENDMEKTS O F S O L I S i T A T I O N S
--
0 The a b o v e numbered s o 1 l c l t a : l o n 1s amer.ded a s s e t f o r t h I n i t e m 14. The h o u r a n d d a t e s p e c i f l e d f o r r e c e l p t o f O f f e r s
..
. - .- IS extended. 11s no; extended. . -.-
... 0 f f e r s . n u s : - a c k n o w l e d g e r e e l t o f t h l s amendment p r i o r t o t h e h o u r a n d d a t e specified 1 n c h e s o l : ~ - c a t l o n o r a s a m e n d e d , by o n e
of t h e f o l 1 o w ~ r . gm e t h o d s . l a y 8 completing I t e m s 8 a n d 1 5 a n d r e t u r n i n g c o p l e s of t h e amendpen:, 15) B y a c k n o w i e d l n o
r e c e l p t of t h l s amendment o n eacX c o p y of t n e o f f e r s u b m l t c e d , o r i c l 8 s e a r a t e l e t t e r o r t e l e g r a m w h ~ c h ~ n c l u d e sa r e g e r ~ n c e
t o :he s o i l c l t a t l o n a n d amendmer.: n u m b e r s . FAIL.JRE O F YOUR A C K N O W L E D G M ~ T
R E C E I P T OF O F F E R S PR:OR T O THE HOLT AND EATE S P E C I F I E D MAY RESULT I N R E J E C T I O N O F YOU3 O F F E R .
TO
BE R E C E I V E D AT TAE FLACE D E S I G N A T E D FOR T H E
i f b.i v l r t u e o f t n l s amendmenc vou
c e s l r e t o c h a n g e a n o f f e r a l r e a a v submitted, s u c n c h a n g e may b e made by t e l e g r a m o r l e t c e r . b r o v l d e a e a c n t e l e g r a m o r l e t t e r - ' -
c a k e s r e f e r e n c e t o t h e s o ? i z l t a t i o n a n d t h i s amendment. a n d I S r e c l e v e a p r i o r t o t h e o p e n l n g . h o u r a n d d a t e s p e c l f l e d
. ---...---''
i ~ ~ ~ ~ ~ p B f l P f ~ P ~ ; A ~ f ~U f i . Z A . -
08325013 A m t . O b l g : $185,6$~---'-.-
LLi
1 3 . -..-- .:, kCrbLLa M0D;FICAT:Oh.S
VNLV J F CONIRACTS/ORLIERS.
.i.L)
I?' M O D I F I E S THE CONF.ACT/ORDYR NO. AS DESCRTBED I N ITEM 14
(41 1 A. T K i S C W G E I S I S S U E D P'JRSUANT T O . ( S p e c i f y author1:yI THE CHANGES S E T FORTH I N ITEM i 4 ARE MACE I N THE COliTRACT ORDER
7 NO. I N I T E K 1 0 A
I

I B T E E ABOVE hZlMBERED CONTRACT/ORDER is MODi?!E3 TO AEFLECT T H E A D M I N I S T R A T I V E C W G E S ( s u c h a s c h a n g e s I n p a y l n g office.


/
I
appropriation = a c e , e t c i SET FORTH I N ;TEN 1 4 . PURSUANT T O THE AUTHORITY O F FAR 4 3 . 1 3 3 l b l

X i T H I S SUPPLEMENTAL AGREEMENT IS ENTERED I N T O FLIRSUANT ALTHORITY O F :


Mutual A g r e e m e n t o f B o t h P a r : i e s , FdR 5 2 243-2 C h a n g e s , C o s t Rei.mbursemen:
/ L OTHER (Specify t y p e of modlflcaclon and a ~ t h o r l c y l

E IMPGRTANT Contractor 1s n o t , 1 s isrequAred t o s l g n t h l s docdmenL a n d r e c u r n 3coples t o the lssulng offlce

i4 9 E S C R I P T I O N O F AMEI4DMENT/MODIFiZATiO:; ( C r o n z d by UCF s e r h d o s . l n c l u d l n g s o l ~ c l : a t l o n / c o n : r sub] m a t t e r where f e a s l b l e


PURPOSE: To . I n c r e m e n t t h e c o n t r a c t f o r s f f v l c e s p r o v l d e d t o N ~ A M S .
.-
- ----.
.-
. .. . .- .. . -.- Costs Flxed Fm- Total - :r
.

; -
Previously Obligated:
. h i s o i c a t i o : i.4
-
Total Obligated.

Total obligated: 5 2 , 3 6 7 , 3 5 3 . Funded t h r o u g h S e p t e m b e r 28. 2001 ( c h a n g e d )


Total c o n t r a c t amount: $ 8 , 3 9 2 , 2 4 3 Expiration D a t e : S e p t e m b e r 2 8 , 2006 ( u n c h a n g e d )
Except a s p r o v l d e d h e r e l n , a l l t e r m s a n d c o n d l i l o n s o f t n e documen: r e f e r e n c e 0 l r , i z e m 9 A o r 1 0 A . a s h e r e t o f o r e c h a n g e d , r e m a l n s
uncnanged and In f u l l f o r c e and e f f e c t

(Type o r p r l n t i / 16A NAME AN3 T I T L E O F C O h ' T M C T i N G 0FF:CER (Type o r p r l n t r


1 K a r l n E Eddy
Contract ff NO 1 -AO-9273 1, Modification #3 Page 2 of 2

.-
-
BEGINNING WITH THE EFFECTIVE DATE OF THIS MODIFICATION, THE CONTRACT
IS HEBEBY,I/IODI-FED AS FOLLOWS: --

1. Article B.2. Estimated Costs and Fixed Fee , paragraph d. is revised as follours:
,- -
Total funds currently.available for payment and allotted to this contract are increased b).
$185,618 for the NIAMS requirements from $2,18 1,735 to $2,367,353 of which b +
represents the total estimated costs and of which :bf epresents the total fixed fee. For
further provisions on funding, see the LIMITATION OF FUNDS clause referenced in Pan 11,
Article 1.2. Authorized Substitution of Clauses.

2. Article C. 1 . Statement of Work is revised to add Attaclment 1A to Section J List of


. . . Attaclments as the clarifications for the specific NIAMS requirements to be performed.

3 Sect~onJ. Llst of Attachments is revised to add Attachment 1A NIAMS Statement---


of-W-ork.

4. ALL OTHER TERMS AND CONDITIONS OF THE CONTRACT REMAIK


UNCHANGED.
Attachment 1A

STATEMENT OF WORK

-.
The NIAMS is planning an outreach clinic to address s&eral needs. First is the NI.AA1S mandate to
address health disparities.
--.*
.*=-a - . - = Many
- . . of the NIAMS diseases impact minorities disproportionately in
bothincidence and severity (i.e., lupus). In eider to begin to do research to address health
disparities, relationships must be developed with community based, public health and hospital-based
clinics in the Washington metropolitan area. Secondly, we must improve efforts toufardsrecruiting
- minorities to research studies. By being in the community, we should be in a better position to
facilitate participation ofminorities in research studies. Thirdly, we need to initiate community based
studies to begin to address the basis for health disparities. Finally, we need to offer our fellows more
training experience in community rheumatology.

Statement of Work

Specifically, the Contractor shall perform the following activities:


.. - ..

1. Maintain a liaison at Cardoza Unity Healthcare. This clinic will enroll patients into NIH . .
- . . . -..
. .
studies designed to provide rheurnatology care and consultation. The 0bjectiL.e of this
endea&is to identify and understand disparities within populations regarding the natural
history and response to treatment of the rheumatic diseases.

.7 Establish and community outreach programs to facilitate-patientability to participatei'nA14-I:


intramural program investigations oflupus, rheumatoid arthritis, psoriasis: etc. Services will
include collection of clinical and research specimens in the field and the ability to monitor
and report on directly observed therapy. Programs to facilitate patient may
include, but are not limited to, transportation of patients from their homes to the NIH,
establishment of outreach programs to monitor and report on the results of therapy in the
field, and identification of incentives for study participants such as provision of meals.

3. Be responsible for patient recruitment. retention. and follow-up; handling specimens; data
collection; support for the community-based clinic to participate in the trials and/or studies;
and the transportation of patients to and from the NIH and the clinic.
-
. . .
1 -
- . ..
4:- -.
f

Assess the needs of the community for the provision of rheumatology services. If additional
--a,

.. . .

sites in the Washington D.C. metro are needed to maintain contact with the community, the
-. - .-
contractor will provide services at such sites (not requiring additional staffing).

5. Ensure that women and minorities are included in the study populations. It is the policy of
the NIH to include women and minorities in study populations so that the resultant findings
can be of benefit to all persons at risk of the diseases, disorders or conditions under study.
Special emphasis sl~ouldbe placed on the inclusion of nlinorities and women in studies of
diseases and conditions that disproportionately affect them. This policy applies to males and
females of all ages.
Attachment 1A

6. Patient education and support activities will be provided by clinic staff. including but not
limited to patient support groups; medication counseling; self-care: outreach programs in
the comn~unity
- . for patients, physicians, family members and care-takers; etc. This ma\,
include the distribution of available educatio~lal materials provided by the NIAh4S.
voluntary organizations, etc.
.. . . - - - - --. - . . - -- .-

7. Services will include evaluation of patients for suitability for enrollment into NIH protocols.
referral ofeligible patients to clinic physicians, administration of study medications, fo1lou.-
up of lab results and patient reports for evidence of toxicity; and communication with
-
patients and clinic physicians. Follow-up activities and patient monitoring, may consist of
-. -
the follo\wing activities:

a. Reporting on whether patients are continuing treatment.


b. Reporting on the current treatment regimen.
c. . Reporting on patients clinical condition to determine success or failure of therapy.
d. Reporting on factors contributing to treatment successes and failures (i.e.,
. .
socioeconomic class, treatment regimen, extent of di>ease at presentation, etc.).
e. Reporting on information necessary to compkte scales of disease activity and/or - .
.- . ..
damage, as relevant to specific rheumatic diseases or relating to g c x r a l health status. . -..
.. - . -- . .

8. Provide for the collection and timely transportation of biologically viable clinical materials
such as blood and blood products, as identified by the Project Officer, to the National
Institutes of Health, .Bethesda, Maryland, for use by NIH Intramural investigators:~T-he . -
following information shall be provided for each specimen:

a. Code
b. Gender
c. .4ge of patient
d. Type of specimen
e. Treatment history of patient

The Contractor shall assume responsibility for compliance with all state, local, and federal
regulations for shipping and transporting biological andlor l~azardousmaterials.
- --- -
--
- . . .. .- - 9.- -. Collect and report on incidence and prevalence of rheumatic diseases in the catchment areas --.. --
of the participating clinic facilities
- -.-

10. Arrange for periodic meetings, approximately one per month for the first six months. and
quarterly thereafier. This meeting ~ v i l be
l to discuss progress of the program and any specific
areas of emphasis needing direction and shall include the individual(s) who staff t h e clinic
and the NIH Project Officer.
- \

NSN 7540-01-152-6270 Or5 NO. 0990-0115 STAhTAKE FaRy 33 !RE';. :;.F ! .

AMENDMENT OF S3LICiTATION/MODiFICATION OF CONTRACT I 1. COI-TKAi";: I3 CC3E / FAZE CF P A Z E S


I I 1:
I I
I

2. AL~E~TDMENT/M~~I
FiCATION NO. 1 3 . EFFECTIVE DATE / 4 . RE2UISITiON/?URCHASE RE:. NO.! 5 . F2OCE.Y NO.(:: ap~llcarie.
2 I S e e 16C I I
I 1 I
.- . I I

6 . ISSUED BY CODE 1 2 6 6 8 - 9 2 7 3 1 - / 7 . ADMINISTERED BY (If other thar. Item 6 1 CODE!


I
I I
A c q u i s i t i o n s Muagament and 1
-
Opera t i o n s Brmch, NJAID-,.

6700-8 Rockledge D r . , HSC 7605


_ . . _. .-
1I -
B a t h e s d a , Maryirnd 2 0 8 9 2 - 7 6 0 5 I
I
I 1

6. NRME AND ADDXESS OF CONTRACTOR (No., street. Stateand ZIP Code) I (4)I 9A. APENDKENT OF SOLICITATiON N3.
-
I 1
- Matthews Media Croup, I n c . I I 9B. DATED (SEE ITEM l l !
6101 E x a c u t i v e B i v d . , S u i t e 9 0 0 I I
R o c k v i l l e , Maryland 2 0 8 5 2
I I 10A. MODIFICATION OF COhTRACT/ORDEii KZ.
1 / I NO1 -AO-92731

I I 10B. DATED (SEE ITEM i 3 !


I 1 1 Septamber 2 8 , 1 9 9 9
CODE I FACILITY CODE I I
I I I

11. THIS ITEM ONLY APPLIES TO RMMENDMENTS OF SOLICITATIONS

0 .. ..
The above numbered solicitation 1s amended as set forth in rtem 14. The hour and date specified for receipt of Offers
is extended, 1s no; extended. .
-
-:-
.

Offers must.acknow1edge recei t of. this amendment prior to the hour and date specified in the solicltation or as amended, by one
of the following methods: la? B completln Items B and 1 5 and returning copies of the amendment: lbl By acknowled ing
receipt of thls amendment on eacK cop" of txe oCfer subnitted. or (c) B seDarate letter or telegram whlch includes a reTerence
to the solicltation and amendment numbers. FAI~UREOF YOUR A ~ K N o W L E D ~ X rTO
n BE RECEIVED AT THE PLACEDESIGNATED,FOR THE
RECEIPT OF OFFERS PRIOR TO THE HOUR AN'? DATE SPECIFIED NAY RESULT IN REJECTION OF YOUR OFFER. If b vlrtue of thls amendment you
deslre tc change an offer already submitted, such change may be made b telegram or letter, provides each teiegram or letter
makes reference to the soilcitatlon and this amendment, and is recievex prior to the openlng hour and date speclfled.
. .. -.
.-. .--
-.
--*,==. .: . .

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


IT MODIFIES THE CONRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
IS ISSLZD PiiRSUANT TO. ( S p e c ~ f yauthorltyl THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER
IN ITEM 10A

B . THE A B O E NUMBERED COhTRACT/ORDER IS MODIFIED TO REFLECT THE ADM1N:STiiATIVE CPANGES (such as changes in paylng office,
approprlw-lon date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103lbl.

D. OTHER (S ecif authorit 1


X Article 9 . 5 d &e ofbmod~fication
PROPERTYAND
and
AGRB&~ OF BOTH P ~ T I E S

E. IMPORTANT: Contractor / IS not,


( is required to slgn thls document and return 3copies to the issulng offlce.

1 4 . DESCRIPTION OF AMENDMEhT/MODIFICATION (Orqnzd. by UCF sec. hdgs , lncludlng sol~citatlon/contr.subj. matter where feaslble.1
PURPOSE: To a u t h o r i z e e q u i p e n t p u r c h a s e 9 d e s c r i b e d o n p a g e 2 . :-<:
-.
=
- . . ..-
~ o t a i ~ b b l i ~ a t i d :$ 2 , 1 8 1 , 7 3 5 . Funded t h r o u g h ~ e p t e m b e ; 2 8 . 2 0 0 0 f unchanged)
~ o t a lc o n t r a c t amount: $ 8 , 3 9 2 , 2 4 3 . K x p i r a t i o n D a t e : Septamber 2 8 , 2 0 0 6 ( u n c h a n g e d )

Exceot as provlded hereln, all terms and condltlons of the document referenced In Item 9A or 1OA as heretofore changed, remalns
unchanged and In full force and effect
,
1SA NAME Ah?) TITLE OF SIGNER ( T y p e c r prlnt I / 16A NAME AND TITLE OF CONTRACTING OFFICER (Type or print I
FZfa I Xarln B . ~ d d y
c-nun dcc Xrzstm~ I Contractzng O f f i c e r
I
I 1
I 16C DATE SIGNED
I
(Signature of Contract1 I
Contract NO1-AO-92731 - Page 2 of 2
Modification Number 2
~. . --- -. - .. .- -. . .

BEGINNING WITH THE EFFECTIVE DATE OF THlS MODIFICATION, THE CONTRACT IS HEREBY
MODIFIED AS FOLLOWS:

1. ARTICLE G.5. GOVERNMENT PROPERTY, subparagraph b. Contractor-Acquired Property-


- Schedule I-B is modified t o add the equipment below t o Schedule I-B. The contractor i s
- --

authorized t o purchase these items for use i n direct performance of this contract. Title t o this
property will vest i n the Government. Sales tax, transportation, and/or installation charges are
allowable. - - w E C E -
. .
~ + m g - h m + n & .
. .

Description Quantity Unit Price .Extended Price


-
Bell Atlantic Cell Phones 3 $ 2,160.06 yr - $ 2,160.00 yr
- One-time service charge of $ 120.00 $ 120.00 -.-
---
Brother PPF770 Fax machine
from Staples 1
- i--0:i

Total $2, 400.00

2. Part Ill, Section J - List of Attachments is modified t o add attachment # 7 - Schedule I-B
t o include the above equipment. -

3. ALL OTHER TERMS AND CONDITIONS OF THlS CONTRACT REMAIN UNCHANGED AND
I N FULL FORCE AND EFFECT.
ATTACHMENT P
-
--
.. . . -- - -. - . - Contractor - Acquired Government Propertv - Schedule I-B

1. Bell Atlantic Cell Phones 3 each


-

2. Brother PPF770 Fax Machine 1 each


1

Z, ffiM)~/noDIP:CI;:CS KO. I 3 . EFFE~TIVS DATE / 4 . R~~UIS;TIO~~/PURC~W S E hC. 1 5 .


kEP. PR326:: K C . I:: ~FF:A:~L-~I
I I
1 1
1
S*. I6C
I
I -
6 . i S S U E D fly CODE 1 2668-92731 I 7 . XY4INISTSRED BY (1: CLntZ t h a n ICCIII
6: cC3El
.- .
L i - I

A ~ p i ~ i MCE f w - c and I
oporatiamr B r @ . JJIAID I
~d Xnlaccious D i m o w n. , , . .
. - -. .-
. -
6700-8 b & e d p s Dr., lQBC 760s
&&.oda. M & r y I ~ d 201199-7603 I
I

8. .WE Ati'D WRESS O F CONTUCTW ( N O . . ~CIOCK. Stace yld ZIP Code1 i [ J I 1 9 A . UlSh?)MEh': OF 9:L:C:TATiM EO.
- H
I
r r r c c h a u s media Group, I n c . 1 1 3 8 , DATED (SEE I Z M il)
. 6201 h c u t l w Blvd., S u i 900
n o c k v i l l o . Yaq-1-d 20652
~ I
1
I
I
-
I 1 1 0 A . W O I F I C A T I O S W COIiSUC11/OWSR S0.
1 4 1 YO1 -A0*91731
I
I 1 10B. DASZD [SEE ITEM 131
4 1 S e p c d e r 1 0 . 1999
CCDE I F1C:LITY CCCE I I
I

1 1 . TYIS ITEn ONLY A P P L I E S TO N M C N t k C E T S OF S 3 L I C i T A n O N S

l h s =bow m r m b c r e d ~ o l i c i L a : 1 0 n 18 amended s:9 a c t Ccrrh In ICem 14. The &ur J@ a c e e p e c i f l e d f o r rc:=xpc 0 L Offere
j is extended, 0 L L noc extended.
-
.- . .
Offers ~ c s cth o w l e d r e c e l c of c h l ~amendment p r l o r L O che hour and d a t e s p e c i t i d A n che s o l i c i t o r i o n o r 5s bmtnded. by circ :--

ed chc f o l i o - i q n\ech%&: (a? B romp c c r I t c m s 8 and 1 5 and returning coprea o r cne amendment: tbl B y . s c k n o u l e a c ~ n a
-rreeApC .cC L a i s amsndmen~oR-+acx io of 2~
crzer oubrnltted; or ( c I B s ciracc l a c t e r o r ceiegrarn which ~ n c l u d e ee r e f e r s n c c
co chc 3oliciceCion k'ld amendment n u z c r s . FAiLVRG OF YOUR ICKNOYLED&% BE RECEIVED ILT TME PLRtG DESIGNATED PCa THC
R6CElPT OP OPFERS PRIOR r0 THE OUR AND M I 6 SPICtPIED PUY RESLXT IN R G m f f I O N OP rOClR OPFl3l. If b vlrcuo of c h ~ sarnondmrac you
d e e i r e K O change sn o f f - submitted. m c h change may IJO wane celeqrrm or l e c c e r , p ovide5 aacn r e l e v a m o r l e c c c r
nukes reteren:e t o t h e s o l i c ~ c a t i o nand c h i s a m e ~ d n e n t ,and le rccicn7 prior t s r h t opening i c u r and d ~ c ezpeciLied.
c f ~ ; ~'FZ'
= ~ @ p ~ ~ ~ y y f l " i " ; ~ ' jn'rjq " - ..
.--&*..:=
- :

11. T H I S ZTXM APPLIES ONLY TO noDIFICAfION8 OP C Q m C r S / m E R S .


Ii MC9IFIE.S THE -cf/OMFP IFC. A3 DSSCRIBBD W KILN 1 4 .
P'JRSUWT TD. I S p e c ~ r ya u t n o r l c y ) TAB CHANOLS SE'r FORTH IN 17EM 1 4 ARE PVI3L I N T t E COICPRhCT OZDER

- -
B ~t MOVE WIXCD :O~.T.;ZRACT CKDEK IS moI;:Ea 1 3 UFLECS ~ ~ M I N : S T R A TCHAIPCES
I ~ [such 3: ctcsngea rn paying c::icr
spyroprLacro.7 dace, e t c 1 SkT FORTH I N TTEM 1 4 . P W U A N ? . TO TWb ALTTWORITY OF FAR 43.1031bl.
I
C . THAS SUPPLGMENTAL AGREEPIEN, IS ENTERED I N T O ILRSVANT A ~ O R I T YOF:

u, lnrOnTm: Co~ilriccov 19 not. / l a isecpire?. co sign chis dacumcnc end rccuzn 1copies t o chi. 1ssu:ng off:cc.

14. DpS;R:PTlaq OF P J . ~ C ~ ~ ~ ~ / W O D I F I C A T~orgn-d.


IOK by OCF s e c . hdgs.. l n c l u d m g s a l i c r t a c a o n / w n c r . sub]. mercer wnere i e a s r b 1 t . 1
PWJUSL: To aurborir. mguimenc p u e m ao dencribad on p a p 2 .

Total a B l i g a c e d : S3.111.7351 h d e d chrozi@ S a p c r s r b s r 2 9 . 2000 tun&-dl


- . Total ~ ~ ~ t r a a t . a . m o u a58.33:.:43.
t~ W r a c i o n Dace: Ssp-r 2 8 . 2 0 0 6 (uacburged)

a c e p c a8 p z c v ~ d e dh e r e l ? , .
3!1 c e m an2 cor.d;tlcns of t h e documcnc referenced i n ltem 9A or 10A, a3 hcrccoforc c h ~ n q c d , rsnaiq:
unchmqed ar.d i n f u l l t a r c e and e f f e c c .

I &-ria I. Zddy
I Camtracciog O f f i c e r
, -

cnCTOk/ot'?r:RC I 152. DASL ZIGNED I 1 6 0 . VNITEC STATBS OF lul6UXCA IbC DATE C I W E V


I r / I . 1.4
,.. , I , I
1I IULCL, I t- t-(K4r 1
0
BY
r s ~ g n a c u r eof Concrac I 3/31/07
--
Contract NO?-AO-92731 Page 2 of 2
M o d i f i c a t i o n N u ~7 . . - .. .

BEGINNING WITH THE EFFECTIVE DATE OF THlS MODIFICATION, THE CONTRACT IS HEREBY
MODIFIED AS FOLLOWS:
ARTICLE G.S. GOVERNMENT PROPERTY, subparagraph b. Contractor-Acquired Property-
Schedule 1-B is modlfled to add the equipment below to Schedule I-B. The contractor is #-

authorized t o purchase these items for use in direct performance of this contract. Title to this
property will vest in the Government. Sales tax, transportation, and/or installarion charges are
allowable. The enclosed form HHS 565. Report of Capitalized Non-expendable Equipment, must
be completed pursuant to NIH Billing Instructions and forwarded with your invoice.

Description Quantity Unit Price Extended Price


.. =

Sony PCG-F350 VAlO - 1 $2,282.00 $2,282.00


~ o t e b o o kcomputer

Digidoser Spirometer 1 $4,995.00 $4,995.00

Total 57.277.00 .-%a- =

ALL OTHER TERMS AND CONDITIONS OF THlS CONTRACT REMAIN UNCHANGED A N D IN


FULL FORCE AND EFFECT.
-+
STANDARD FORA 26 (REV. 4-8s) NSN 7540-01-152-8069 OM9 No. 0996-3115
.- - - --

AWARD/COKTRACT ( 1 . TriIS COhTRACT IS A RATED ORDEX b 1 RATING I -.---_


r . ?>;zs
I
I
UtDER DPAS (15 CFR 350) 1
I
1 1 I 1 6
1 I

2. CONTRA= (Proc. inst. ident.1 No. 1 3. EFFE,TIVE DATE 1 4. REQUIS1TiON/PTURCXASE REP~TST/?;;~;S: K: ,

N O I - A O - ~ ~ ~ ~ I I september25, 1999 1 0 0 1 9 4 2 , 001946.


- I
I
, I
I
5. ISSUED BY CODE 1 2668-92J31 i 6. AEHINISTERED BY (If other than .item 5 ! CCDE 1

G\Y
National Institutes of Health I I I
National Institute of Allergy
and Infectious' Dis-s
6700-8 Rockledge Dr., MSC 7605
---- - . .- - --
I
I.
Bethesda, Maryland 20892-7605 I
I
I

7. NAME AND ADDRESS OF CONTRACTOR (No., street, city, country, State and ZIP Code) 1 8. DELIVERY
- I n n
Matthews Media Group, Inc. II I FOB ORIGIN I 4I
OTHER (See below)
6101 Executive Blvd., Suite 900 I- u =
Rbck~?ille.Maryland 20852
( 9. nISCOUNT FOR PROMPT PAYMEhT
I N/A

1 10. SUBMIT INVOICES I ITEM


) (4 copies unless other- I
I ( wise specified) TO THE b 1 G. 3
CODE 1 FACILITY CODE I ADDRESS SHOWN Ih' I

11. SHIP M / W K FOR 1 12. PAYMEKT WILL BE MADE BY CODE I


I L
See Article F.2. ( See Sectlop G.3 =
I
I
13 AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION 1
14. ACCOUNTING AND APPROPRIATION DATA
N/A *-.
] WC#NlA092731
n n I SOCU25.2E'
I1 10 U S C. 2304 (c)1 I ( ( 41 U.S C 253Ic) 1 I) CANU98325797
u u 1 E I N ~ /?J ; 964,479, ~ 1 , 2 1 7 , 2 5 6
I
I
I 7 Y I I r
15A. ITEM NO. 1 158. SUPPLIES/SERVICES I 1 5 ~ .QUANTITY 1 1 ~ ~UNIT^
. 1 5 ~ .UNIT PRICE I 1 5 ~ .AMOW
1 I I I I
I FY+..=i;i02, 606
. -
IFY 99 564.480
Title: Support for Mycobacterium Tuberculosis Studies IFY 00 1,217,255 FY 05 1,265,905
Period: September 29, 1999 throuuh September 28, 2006 IFY 01 1,210,531
Amount allotted: $ 2,181,735 IFY 02 1,243,920
Contract Type: CPFF (FY 03 1,287,546
1
15G. TOTAL AK3UKT OF CONTRACT -> ( S 8,392,243
16 . TABLE OF CONTENTS
tJrls~c.l - -- -
DESCRIPTION IPAGE(S)((4) ISEC. I DESCRIPTION I PAGE (s)
PART I - THE SCHEDULE PART I1 - CONTRACT CLAUSES
x IA 1 SOLICITATION/COKIRA~ FOR^ 1 x I CONTRACT CLAUSES 12
X I B I SUPPLIES OR SERVICES AND PRICES/COSTS ( 4 PART 111 - LIST OF DO-S, EXHIBITS AND OTHER ATTACH.
x 1 C 1 DESCRIPTION/SPECS. /WORK STATEMENT 1 6 ] X I J 1 LIST OF ATTACHMENTS 1 17
3 1 7 K~G1ffi MARKING AND 16 1 PART IV - REPRESENTATIONS AND INSTRUCTIONS
.
-
.
X E INSPECTION AND ACCEPTANCE - 7

- X .. F .-, DELIVERIES O q , X R F O R M M n 7
-
X K REPRESENTATIONS, CERTIFICATIONS AND
OTHER STATEMENTS OF OFFERORS
20
-
- ---.s
.
X G CONTRACT ADMINISTRATION DATA 8 L INSTRS.. CONDS.. AND NOTICES TO OFFERORS N/A = :

X
1
H SPECIAL CONTRACT REOUIREMENTS 10 M I EVALUATION FACTORS FOR AWARD N/A
- -
1 - I 1 I I I
CONTRAfTING OFFICER WILL COMPLETE ITEM 17 OR 18 AS APPLICABLE

17. a
CONTRACTOR'S NEGOTIATED AGREEMENT (Contractor is re-
,
qulred to sign this document and return 3 coples
to issuing office.) Contractor agrees to furnish a n d e l i v e r
18. 0
AWARD (Contractor is not required t o sign this
document.! Your offer on Solicitation Number
including the full addltrons or changes
.'

all items or perform all the servlces set forth or otherwise made by,you whlch additions or changes are set forth in full
identified,above and on any continuaticn sheets forthe above i s hereby accepted as to the items listed above and on
consideration stated hereln. The ri hts and obllgatlons of the any c&trnuatron sheets. This award consumnates the contrac:
parties to,this contract shall be s d j e c t to and governed by whlch consists of the following documents: (a) the Government's
the following documents: (a) this award/concract, (bl the solicitation and your offer, and (b) this award/contract. No
solicitation, if any, and LC) such provrsions, representations, further contractual document is necessary
certifications, and specifications as arc attached or inco
orated bv reference herein. (~ttakhmentsare listed herein?-
- -

19~ - _ TITLE
. - - AND
. . NAME - _ _ - OF SIGNER ( b e or ~ r l n t )
- - I 2OA. NAME OF C O ~ C T I N GOFFICER
Karin E. Edd
Contracting 8f f icer
20C. DATE SIGNED

(Si&t;r> perso;(authorized to sign 1 I 7/4//7 I (signature of contractrn&ficer) 1


1 /
0 7@ 0 0
1 ( q 0 / / /
Contract NO. XOl-.40-9273 1

DETAILED TABLE OF CONTENTS

PART I .THE SCHEDULE


=

SECTION A .SOLICITATION/CONTRACT FORM ...... I

SECTIUKB .SUPPLIES OR SERVICES AND PRICES/COSTS .......................................................................... 4


ARTICLE B . 1 . BRIEF DISCUSSION OF SUPPLIES OR SERVICES.............................................................. 4
ARTICLE B.2. ESTIMATED COSTS AND FIXED FEE ..................................................................................... 4
ARTICLE B.3. PROVISIONS APPLICABLE TO DIRECT COSTS ................................................................... 4
ARTICLE B . l . ADVANCE UNDERSTANDWGS ................................................................................. 5
A
!

. . .
SECTION C - DESCRIPTION/SPECIFICATIONS/WORKSTATEMENT............................................................. 6
ARTICLE C . 1. STATEMENT OF WORK ............................................................................................................. 6
ARTICLE C.2. REPORTING REQUIREMENTS................................................................................................. 6

SECTION D .PACKAGING. MARKING AND SHIPPING ....................................................................................... 7

SECTION E .INSPECTION AND ACCEPTANCE ..................................................................................................... 7

SECTION F .DELIVERIES OR PERFORMANCE ...................................... .. ............................................................ 7


ARTICLE F . I . PERIOD OF PERFORMANCE .................................................................................................... 7
- . . ....
ARTICLE F.2. DELIVERIES ............................................................................................................................ 7 . -. .
. .
ARTICLEF.3 CLAUSES 1NCORPORATED BY REFERENCE ........................................................................ 8

SECTION C .CONTRACT ADMINISTRATION DATA .......................................................................................... 8


ARTICLE G . 1 . PROJECT OFFICER ....................................................................................................................8
>
ARTICLE G.2. KEY PERSONNEL ...........................................:................................................... ;.--.s
-:

z..........8

ARTICLE G.3. INVOICE SUBMISSIONICONTRACT FINANCING REQUEST ............................................ 9


ARTICLE (3.4. INDIRECTCOST RATES ............................................................................................................ 9
ARTICLE G.5. GOVERNMENT PROPERTY ...................................................................................................... 9
ARTICLE G.6. POST AWARD EVALUATION OF PAST PERFORMANCE ................................................. 10

SECTION H .SPECIAL CONTRACT REQUIREMENTS ...................................................................................... 10


ARTICLE H . 1. REIMBURSEMENTOF COSTS FOR INDEPENDENTRESEARCH AND ............................. 10
DEVELOPMENT (Commercials Only)
ARTICLE H.Z. HUMAN SUBJECTS .................................................................................................................. 10
ARTICLE H.3. NEEDLE EXCHANGE ...............................................................................................................I0
ARTICLE H.4. PRJVACY ACT ...........................................................................................................................I I
ARTICLE H.5 PRESS RELEASES .......................................................................................................................I 1
. -ARTICLE H.6. -REPORTIW MATTERS INVOLVING FRAUD, WASTE AND ABUSE ............................ ..I I =.

. . . . . . ARTICLE H.7. . HUMAN MRTERIALS .................................. .........................................................................1 1


ARTICLE H.8. CONFIDENTIALITY OF INFORMATION ................................................................................1 1
.
-... -
. .--a .

.
. ~-.
PART I1 .CONTRACT CLAUSES

SECTION I .CONTRACT CLAUSES ...................................................................................................................................


12
ARTICLE 1.1 GENERAL CLAUSES FOR A COST-REIMBURSEMENT SERVICE CONTRACT -
FAR 52.252-2. CLAUSES INCORPORATED BY REFERENCE (FEBRUARY 1998).......... 12
ARTICLE 1.2. AUTHORIZED SUBSTITUTION OF CLAUSES ....................................................................IS
ARTICLE 1.3. ADDITIONAL CONTRACT CLAUSES 15
ARTICLE 1.4. ADDITIONAL FAR CONTRACT CLAUSES INCLUDED IN FULL TEXT ........................ 16
SECTION J - LIST OF ATTACHMENTS ...................................................................................................................... I'

I. Statement of Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
: 17
2. InvaiceIFinancing Request and Contract Financial Reponing Instructions for
NIH Cost-Reimbursement Type Contracts, N I H ( R 0 - 4 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17
3. Privacy Act System o f Records . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17
4:- -.6afe~4(mdHealth (Deviation), PHSAR Clause 352.223-70 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17
5. Procurement o f Certain Equipment, NIH(RC)-7 (OMB Bulletin 8 1 - 16) . . . . . . . . . . . . . . . . . . . . . . . . . . 17
6. ContactPoints . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I7

PART IV - REPRESENTATIONS A N D CERTIFKATIONS

-- . SECTION K- REPRESENTATIONS AND CERTIFICATIONS....................................................... ............................... 18


SECTION B - SUPPLIES C SERVICES AND PFUCES/COSTS
--
ARTICLE B.1. BRIEF DESCRIPTION O F SUPPLIES OR SIRVICES

The purpose of this contract is to establish relationships with community-based public health and%hospital clin~csin rhs
Washington metropolitan area that are treating patients ~vithtuberculosis.

ARTICLE B.2. ESTIMATED COSTS AND FIXED FEE

The estimated cost of this contract is $ bf


The fixedise foGis_con~ac;is$ -- bJ The fixed fee shall be paid in installments base on the percentage ofcompletion
ofwork, as determined by the Contracting Officer, and subject to the withholding provisions ofthe clauses ALLOW.L\BLE
COST AND PAYMENT and FIXED FEE referenced in the General Clause Listing in Pan 11, ARTICLE 1.1. of this
contract. Payment of fixed fee shall not be made in less than monthly increments.
The Government's obligation, represented b y the sum of the estimated cost plus fixed fee, is S 8,392243.
Total funds currently available for payment and allotted to this contract are 62,181,735, of which
by represents -
the estimated costs, and of which If represents the fixed fee. For further provisions on funding.
LIMITATION OF FUNDS clause referenced in Pan 11, ARTICLE 1.2. Authorized Substitutions of Clauses. see .F
It is estimated that the amount currently allotted will cover performance of the contract through September '28,do3 1 .
The Contracting Officer may allot additional funds to the contract without the concurrence of the Contractor.
Increments to be allotted to this contract are estimated as follows:

Total Estimated
FY Period Estimated Cost Fixed Fee Cost Plus Fixed Fee

1999 9129199-9/28/2000
2000 9129100-91281200 1
. - . . . 200 1. -- - 9129/0 1-912812002

2002 9129102-912812003
2003 9129103-9128i2004
2004 9129104-9/28/2005
2005 - -9i29105-9/28/2006
Total

ARTICLE B.3. PROVISIONS APPLICABLE T O DIRECT COSTS

(a) Items Unallowable Unless Otherwise Provided

Notwithstanding the clauses, ALLOWABLE COST AND PAYMENT. and FIXED FEE, incorporated in this contract.
unless authorized in writing by the Contracting Officer, the costs of the following items or activities shall be unallowable
as direct costs:

( I ) Acquisition. by purchase or lease, of any interest in real property;


( 2 ) - Special rearrangement or alterJng of facilities:
-..*
- - . .
(3) - . purpose or lease of any item 'ef general purpose office furniture or office equipment regardless of dollar value. - -

(GenPral purpose equipment is defined as an? items of personal property which are usable for purposes other than -;-.
research, such as office equipment and furnishings, pocket calculators, etc.);
- .- (4) Foreign travel;
(5) Patient care costs;
(6) Accountable Government property (defined as both real and personal property with an acquisition cost of $1.000 or
more and a life expectancy of more than two years) and "sensitive items" (defined and listed in the Contractor's
Guide for Control of Government Property), 1990, regardless of acquisition value.
(b) Travel Costs
- .
- t

(1) Domestic Travel

(a) Total expenditures for domestic travel !transportation. lodoin,g. subsistence. and incidental e.up:nsesi incurred
in the direct performance ofthis contract shall not exceec'
Contracting Officer.
bf aithout the prior wrinen approval oith:

(b) The-Contractor shall invoice and be reimbursed for dl travel costs in accordance with the Federal Acquisition
Regulations (FAR) 3 1.205-46.
.--I --. . . "

(2) ' Government Discount 6 i r ~ i i e Rates


l

(a) To the maximum extent practicable consistent with travel requirements, The Contractor agrees to use the
reduced air transportation rates a_nd services provided through available Government discount air fares. The
fares are available only for bona-fide employees' travel that is otherwise reimbursable as a direct cost pursuant
to this contract. The objective is to achieve the lowest overall cost to the Contractor: and, thus, to use these
rates. The request shall provide the full name ofthe traveler(s), the number ofthe contract for which ihe travel
is being performed, the contract objective that is to be fulfilled, and the dates during which the travel is to
occur. Contracting Officer approval, if given, will be on official agency letterhead so that the lener can be
presented to the airline as confirmation of the authorization.

(b) Nothing in this clause shall authorize transportation or services which are not otherwise reimbursable under
this contract. Nothing in this clause requires air carriers to make available io the Contractor any government
discount fares.
.. .- - - .

(3) Foreign Travel


- . .

Requests f% foreign travel must be submitted in advance and shall contain the following: (a) meeting(s) and place(s)
to be visited. with costs and dates; (b) name(s) and title(s) of Contractor personnel to travel and their functions in
the contract project; ( c ) contract purposes to be served by the travel; (d) how travel of Contractor personnel will
benefit and contribute to accomplishing the contract project, or will otherwise justify the expenditure ofNIH contract
funds; (e) how such advantages justify the costs fir travel and abs&ce from the project of more thariehrperion if
such are suggested; and (f) what additional functions may be performed by the travelers to accomplish other purposes
of the contract and thus further benefit the project.

ARTICLE B. 4. ADVANCE UNDERSTANDINGS

Other provisions of this contract not withstanding, approval of the following items within the limits set forth is hereby granted
without further authorization from the Contracting Officer:

I. Invoices-Cost and Personnel Reporting, and Variances from the Negotiated Budget

(1) The contractor agrees to provide a detailed breakdown of invoices of the following cost categories;

Direct Labor--List indivi$uals by name. titleiposition, hourlyiannual rate, level of effort, and amount claimed.
.Erjn_geBenefits - Cite rate5nd amount --
Overhead - Cite rate and amount
Materials and Supplies - Include detailed breakdown total amount is amount is over $1,000.
Travel - Identify travelers. dates, destination, purpose of trip, and amount. Cite COA, if appropriate. List
separately. domestic travel, general scientific meeting travel, and foreign travel.
Consultant Fees - Identify individuals and amounts.
Subcontracts - Attach subcontractor invoice (s).
Equipment - Cite authorization and amount.
GgiA - Cite rate and amount.
Total Cost
Fixed Fee
Total CPFF
Monthly invoices must i ,de the cumulative total expenses to date, adju: (as applicable) to show any amounrs
suspended by the Government ,-
- -
'

(2) The contractor agrees to immediately notify the contracting officer in writing if there is an anticipated ovemn (anv
-
amount) or unexpended balance (greater than 10 percent) ofthe amount allotted to the contact, and the reasons for
the variance. Also refer to the requirements of the Limitation of Funds and Limitation of Cost Clauses in the
contract.

2. The Fringe Benefit, Overhead, Consultant Handling and G&A Eates as submitted in the Final Revised Offer are accepted
for proposal purposes only. Indirect cost rates will not be paid until a signed negotiated rate agreement is made available
to the- Contracting Officer.
..-d --, -
- . . :. .--
3. Consultants

Consultant fees as follows are to be paid to the following:

<- -
NAME RATE #/HM TOTAL

SECTION C - DESCRIP~TION/SPECIFICATIONS/WORK
STATEMENT
ARTICLE C.1. STATEMENT OF WORK
.. -- ~

.- . . .
- . . . . -.-
a. .- Independently
.
and not as an agent of the Government, the Contractor shall be required to furnish all the necessary services.
qualified personGne~,
material, equipment, and facilities, not otherwise provided by the Government, as needed to perform
the Statement of Work, SECTION J, ATTACHMENT I, dated 32/23/98, attached hereto and made a pan of this contract.

ARTICLE C.2. REPORTING REQUIREMENTS


- --z * - .-

a. Semi-Annual Progress Report

This report shall include a description ofthe activities during the reporting period, and the activities planned for the ensuing
reporting period. The first reporting period consists of the first full month of plus any fractional pan of the
initial month. Thereafier, the reporting period shall consist of each calendar month.

b. Technical Progress Reports

In addition to those reports required by the other terms o f this contract (see SOW, Attachment I), the Contractor shall
prepare and submit the following reports in the manner stated below and in accordance with ARTICLE F.2. DELIVERIES
of this conaact.

c. Final Repon-- This report is to includeq summation of the work performed and results obtained for the entire contract
- . . period ofperfomance. This report shall Ee in sufficien_tdetail.todescribe comprehensively the results achieved. The Final
..
-.-..
- -- .

-.. -. C
Report shall be submined in accordance with ARTICLE F.2. DELIVERIES ofthis contract. An annual report will not be
required for the period when the Final Report is due.
-
. - .-

Two (2) copies of these reports will be required as follows:

() Monthly
( )Quarterly
(X )
Semi-Annually
(X )
Annually
( ) Annually (with a requirement for a Drafi Annual Report)
(X) Final - Upon final completion of the contract
( ) Final - Upon final completion of the contract (with a requirement for a Draft Final Repon)
d. Summary of Salient Results

The Contractor will be required to prepare and submit, with the final report. a summary (not to exceed.200 ~ . o r d sofi szllsnr
results achieved during the performance of the contract. This report will be required on or before the esp~rariondars of
the contract.

SECTION D - PACKAGING, MARKING AND SHIPPING


-
-

All deliverables required under this contract shall be packaged. marked and shipped in accordance with Government
specifications:-&-a m i k u m , a11 cieliverables shall be marked: with the contract number and name. The Contractor shall
guarantee that all required materials shall be delivered in immediate usable acceptable condition. The contractor shall assume
responsibility for compliance with all state, local and federal regulations for shipping and transporting biological and/or hazardous
materials.
-

-- - SECTION E - INSPECTION AND ACCEPTANCE


a. The Contracting Officer or the duly authorized representative will p e r f o m inspection and acceptance of materials and
services to be provided.

b. For the purpose of this ARTICLE, Dr . Michael Polis, the Project Officer is the authorized representative of the
Contracting Officer.

c. -Inspection and accqptance will be performed at, National Institute of Allergy and..lnfectious Diseases, Bldg. 10. Rm.
1 1ClO3, Bethesda, Maryland 20892.
- . .

- Acceptance may-be- presumed unless othenvise indicated in writing by the Contracting Officer or the duly authorized
representative within 30 days of receipt.

The Government reserves the right to an Inspection period of (30) calendar days. unless a different time period is stated.
The receiving repbit, completed and signed by the appropriate official, con~stitutesacceptance and shall be &wledged
to the payment office (OFM).

d. This contract incorporates the following clause by reference, with the same force and effect as if it were given in full text
Upon request, the Contracting Officer will make its full text available.

FAR Clause No. 57.246-5, INSPECTION O F SERVICES-COST REIMBURSEMENT (APRIL 1984)

SECTION F - DELIVERIES OR PERFORMANCE


ARTICLE F. I . PERIOD OF PERFORMANCE

The period of performance o f this contract shall be from September 29, 1999 through September 28, 2006.
. . -
.-'.
-
- . .. ARTICLE E. 2. DELIVERIES -
Satisfactory performance of the final contract shall be deemed to occur upon delivery and acceptance by the Contracting Officer.
- --
or the duly authorized representative, of the following items in accordance with the stated delivery schedule:

a. The items specified below as described in SECTION C. ARTICLE C. will be required to be delivered F.O.B. Destination
as set forth in FAR 52.247-35, F.O.B. DESTINATION. WITHIN CONSIGNEES PREMISES (APRIL 1984). and in
accordance with and by the date(s) s p e c i f i d below and any specifications stated in SECTION D, PACKAGWG.
MARKING AND SHIPPING, of the contract:

Item Description Quantity Delivery Schedule

ia) Information Brochures i 000 as requested


(b) Specimens --, -- as identified and requested
- ..

(c) Semi-AnnualiAnnual Repon 2 loth of the following month

(dl Final Report -7 Contract End

b. The above items shall be addressed and delivered to:


. - ..
ADDRESSEE DELIVERABLE I T E f~ QUANTITY
Dr. Michael Polis (A), '31, ('21, (D) As described above
LIR/N 1-A-ff)- - -. .. .. - -- .-

Building lo, Clinical Center. I 1C103


Bethesda, Maryland 20892

Barbara Welsh 10th of following month of


National Institute o f Allergy Contract end.
., . . and Infectious Diseases
6700 B Rockledge Drive, Room 1 126
Bethesda, Maryland 20892-7605

ARTICLE F. 3 . CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-2 (FEBRUARY 1998)

This contract incorporates the following clause by reference, with the same force and effect as if it were given in full text. Upon
request, the Contracting Officer will make its full text available. Also, the full text of a clause may be accessed electronically
at this address: http://www.arnet.gov/far/. .. -- - .

-- .FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER I) CLAUSE:


.. . -*. .

52.242-15, Stop Work Order (AUGUST 1989) with ALTERNATE 1(April 1984).

SECTION G - CONTRACT ADMINISTRATION DATA


s-.
-)
:-

ARTlCLE (3.1. PROJECT OFFICER

The following Project Officer will represent the Government for the purpose of this contract:

Dr: Michael Polis

The Project Officer is responsible for: ( I ) monitoring the Contractor's technical progress, including the surveillance and
assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement
of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing
technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems
encountered during performance.

The Contracting Officer is the.only persoe with authoriy to act as agent of the Government under this contract. Only the
- . . Contracting Officer has authority to: (I ) direitor negotiate any changes in the statement ofwork; (2) modify or extend the period
o f performance: (3)'change the delivery schedule; (4) authorize reimbursement to the Contractor any costs incurred during the
performance of t h ~ contract;
s or (5) otherwise change any terms and conditions of this contract.
.- .-
The Government may unilaterally change its Project Officer designation.

ARTICLE C.2. KEY PERSONNEL

Pursuant to the Key Personnel clause incorporated in this contract. the following individual is considered to be essential to the
work being performed hereunder:
NAME TITLE

FRANCES HElLlG PROJECT DIRECTOR


ARTICLE G . 3. INVOICE SUBR ;IONICONTRACT FISANCING REQEES

a. l
- +e
Invoice/Financing Request Instructions and Contract ~ i n a n c i a Reporting for NIH Cost-Reimbursement T!,pe Cor,:rxrj
NIH(RC)-4 are attached and made part ofthis contract. The instructions and the following directions for the submrsslon
of invoices/financing request must be followed to meet the requirements of a "proper" payment request pursuanr ro F.\R
32.9.

(I) Invoices shall be submitted a s follows:


-
-
An original and one copy to the following office:
.- -* ' W r h r a Welsh; Cdntract Specialist :

Acquisitions Management and Operations Branch


National Institute of Allergy and Infectious Diseases, NIH
6700-8 Rockledge Drive, Room 1126, MSC 7605
Bethesda, Maryland 2089217605

(2) Inquiries regarding payment of invoices should be directed to the designated billing office, (301)496-6352

ARTICLE G.4. INDIRECT COST RATES

In accordance with Federal Acquisition Regulation (FAR) (48 CFR Chapter 1) Clause 52.216-7(d)(2). "Allowable Cost and
Payment" incorporated by reference in this contract in Part 11, Section I, the cognizant Contracting Officer responsible for
negotiating provisional and/or final indirect cost rates is identified as follows:

Director, Divislon o f Financial Advisory Servlces -


. -
Office of Contracts Management
Natlonal Institutes of Health
Room 6 B M
6100 EXECUTIVE BLVD, MSC 7540
BETHESDA MD 20892-7540
- .
These rates are hereby incorporated without further action of the Contracting Officer. - --,.f :z -

ARTICLE G . 5. GOVERNMENT PROPERTY

(a) In addition to the requirements of the clause, GOVERNMENT PROPERTY, incorporated in Section I of this
contract, the Contractor shall comply with the provisions o f DHHS publication, Contractor's Guide for Control
of Government Property. (1990). which is incorporated into this contract by reference. Among other issues, this
publication provides a summary of the Contractor's responsibilities regarding purchasing authorizations and
inventory and reporting requirements under the contract. .A copy of this publication is available upon request to the
Contract Property Administrator.

This contract's Contract Property Administrator is:

- Mr. Charles Varga -


-<.

- . . .. . ..
Contracts
..
Property .4dministrator
Research Contracts Property administrat~on.N ~ H
601 1 Building. Rrn. 64 l E
- .- 60 1 1 Executive Blvd, MSC 7670
Bethesda, MD 20892-7670
Phone: (30 1) 496-6466

(b) Government ~urnishedProperty - Schedule 11-A

Pursuant to the clause. GOVERNMENT PROPERTY. incorpoiated in this contract, the Contractor is hereby
authorized to retain custody of the property listed in the attached Schedule I1 for use in direct performance of this
contract. Accountability for the items listed In Schedule Il-A is hereby transferred to this contract from predecessor
Contract No. NO-AO-42701, under which these items were provided by the Government. Title to this property shall
remain in the Government. .
( c ) Property Acquired Ur. Predecessor Contract - Schedule 11-.4

Pursuant to the clause, GOVERNMENT PROPERTY. INC%@ORATED Th' THIS CONTRACT. The Contracroi
is hereby authorized to retain custody of all Government P r o p e q acquired or furnished under predecessor Contract
- No. NO 1 -AO-4270 1 for use in direct performance of this contract. Accountability for the i t e m is here@!. authoriztd
, to be transferred to this contract from the predecessor contract. Upon completion of each contract. the Contracroi
agrees to furnish to the Contracting Officer. without delay, the inventory schedule covering all Government Propem
furnished or acquired for use in the performance of the predecessor contract as Provided b?. the clause.
G O V E W E N T PROPERTY. o f that contract and the_instructions contained in DHHS Publication entitlsd.
Co'ntractor's Guide for Control of Government P r o p e m . (1990).

A R T I C L E G;'b.TOSPAWARDEWAMJATION O F P A S T - P E R F O R M A N C E

Interim and final evaluations of contractor performance will be prepared on this contract in accordance with FAR 42.15. The
final performance evaluation will be prepared at the time of completion of work. In addition to the final evaluation, interim
evaluations will be prepared annually t o coincide Gith the anniversary date o f the contract.

Interim and final evaluations will be provided to the Contractor as soon as practicable after completion of the evaluation. The
Contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement.
Any disagreement between the parties regarding an evaluation will be referred to an individual one level above the Contracting
Officer. whose decision will be final.

Copies o f the evaluations, contractor responses, and review comments, if any, will be retained as part of the contract file. and
may be used to support future award decisions.

SECTION H - SPECIAL CONTRACT EQUIREMENTS -- -~

- 'ARTICLE H.1. R E I M B U R S E M E N T O F C O S T S F O R INDEPENDENT R E S E A R C H AND DEVELOPMENT


P R O J E C T S (Cornm&cials Only)

The primary purpose of the Public Health Service (PHs) is to support and advance independent research within the scientific
community. This support is provided in the form ofcontracts and grants totaling approximately 7 billion dollars annually. P H s
has established effective, time tested and well recognized procedures for stimulating and supporting this independem *search
by selecting from multitudes of applications those research projects most worthy of support within the constraints of its
appropriations. The reimbursement through the indirect cost mechanism of independent research and development costs not
incidental to product improvement would circumvent this competitive process.

T o ensure that all research and development projects receive similar and equal consideration, all organizations may compete for
direct funding of independent research and development projects they consider worthy o f support by submitting those projects
to the appropriate Public Health Service grant office for review. Since these projects may be submitted for direct funding, the
Contractor agrees that no costs for any independent research an'd development project, including all applicable indirect costs, will
be claimed under this contract.

A R T l C L E H. 2 . HUMAN S U B J E C T S

It is hereby understood and agreed that resqrch involving human subjects shall not be conducted under this contract. and that
- . . . no. ma!erial.develop.:d. modified, or deliverea by or to the Government under this contract, or any subsequent modification of
such m'aterial, will be used by the Contractor or made available by the Contractor for use by anyone other than the Government.
for experimental or therapeutic use involving humans without the prior written approval of the Contracting Officer.
.- - .

ARTICLE H. 3. NEEDLE E X C H A N G E

a. Pursuant to Public Law(s) cited in paragraph b.. below. contract funds shall not be used to carry out any program of
distributing sterile needles or syringes for the hypodermic injection of any illegal drug.

b. Public Law a n d Section No. Fiscal Year Period Covered


P.L. 105-277 Section 505 FY 99 9129199-9/28/2006
ARTICLE H. 4 . PRIVACY ACT
--
-..
.-
-
This procurement action requires the Contractor to do one or more of the following: design, develop. or operate a s>,stem of
records-on individuals to accomplish an agency function in accordance with the Privacy Act of 1974,Publlc Lau 92-579.
December 31. 1971 (5 USC j52a) and applicable agency regulations. Violation of the Act may involve the irnposit~onof
criminal penalties.

The Privacy Act Systemof Records applicable to this project is Tiumber 09-25-0143. This document is incorporated into this
contract as Attachment 3

ARTICLE H . '5.TRESSRELEASES --

a. Pursuant to (s) cited in paragraph b., below, the contractor shall clearly state, when issuing statements, press releases.
requests for proposals, bid solicitations and other documents describing projects or programs funded in whole or in part
- with Federal money: (1) the percentage o f thetotal costs of the program or project which will be financed with Federal
money; (2) the dollar amount o f Federal funds for the project or program; and (3) the percentage and dollar amount of the _-
total costs of the project or program that will be financed by non-governmental sources.

b. Public Law a n d Section No. Fiscal Year Period Covered

P.L. 105-277 Section 507 FY 99 9129199-9/28/2006

ARTICLE H. 6 . REPORTING MATTERS INVOLVING FRAUD, WASTE AND ABUSE


.- -- -
Anyone who becomes a k a r e o f the existence or apparent existence o f fraud, waste and abuse in NIH funded proyrams is
- .
encouraged to report such rnaners to tlie HHS Inspector General's Office in writing or on the Lnspector General's Hotline. The . . ---
toll Free number is I-880-HHS-TIPS (1-800-447-8477). All telephone calls will be handled confidentially. The e-mail address
is Htips@os.dhhs.gov and the mailing address is:

Office of Inspector General


Department-of Health and Human Services -- .-.-.-. .". . -
TIPS HOTLINE, P.O. Box 23489
Washington. D.C. 20026

Information regarding procedural matters is contained in the NIH Manual Chapter 1754, which is available on
http:l!www I .od.nih.govlomaloma.htm

ARTICLE H. 7. HUMAN MATERIALS

It is understood that the acquisition and supply ofall human specirnen.rnateria1 (including fetal material) used under this contract
will be obtained by the Contractor in full compliance with the applicable State and Local laws and the provisions o f the Uniform
Anatomical Gift Act in the United States and that no undue inducements, monetary or otherwise, will be offered t o any person
to influence their donation of human mater~al.
-
ARTICLE-H.
. .. . .- . . 8. CONFIDENTIALITY i%INFORMATION
. ..-

"The following information is covered by HHSAR 352.224-70. Confidentiality of Information (April 1984):

All human subject data.


PART I1 - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
-
-
ARTICLE I. 1 . GENERAL CLAUSES FOR A-COST-REIMBURSEMENT SERVICE CONTRACT - FAR 52.252-2.
CLAUSES INCORPORATED BY REFERENCE (FEBRUARY 1995)
-- .. ..-- . - .- -- " z

This contract incorporates the following clauses by reference. with the same force and effect as if they were given in full text.
Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed
electronically at this address: http:llwww.arnet.govlfar/.
-

a. FEDERAL ACQUISITION REGULATION (FAR) (48 CFR CHAPTER I) CLAUSES:


.- -

FAR
CLAUSE NO. TITLE A N D DATE

52.202- 1 Definitions (OCTOBER 1995)

52.203-3 Gratuities (Over $100,000) (APRIL 1984)


-
52.203-5 Covenant Against Contingent Fees (Over $100,000$ (APRIL 1984)

52 203-6 on Subcontractor Sales to the Government (Over $100,000) (JULY 1995)


Restr~ct~ons
--
52.203-7 Anti-Kickback Procedures (Over $1 00,000) (JULY 1995)

52.203-8 Cancellation. Rescission, and Recovery of- . Funds for Illegal or Improper Activity
. .
(Over $100,000) (JANUARY 1997)
..--
---.-,.- -- - . -

Price or Fee Adjustment for Illegal or lmproper Activity (Over $100.000)


(JANUARY 1997)

Limitation on Payments to Influence Certain Federal Transactions (Over $100.000)


(JUNE 1997)

PrintinglCopying Double-Sided on Recycled Paper (Over $1 00.000) (JUNE 1996)

Protecting the Government's Interests when Subcontracting with Contractors Debarred.


Suspended. or Proposed for Debarment (Over $25.000) (JULY 1995)

Audit a n 4 Records - Negotiation (Over $100.000) (.JUNE 1999)


--
-- - - .- -
Order of ~recedence-~niform
contract Format (OCTOBER 1997)

Price Reduction for Defective Cost or Pricing Data (Over $500,000) (OCTOBER 1997)

Subcontractor Cost or Pricing Data (Over $500,000) (OCTOBER 1997)

Integrity of Unit Prices (Over $100,000) (OCTOBER 1997)

Pension Adjustments and Asset Reversions (DECEMBER 1998)

Reversion or Adjustment of Plans for Post-Retirement Benefits (PRB) other than Pensions
(OCTOEER 1997)
-.- --
Notification of Ownership chan& (OCTOBER 1997)

Requirements for Cost or Pricing Data or Information Other Than cost or P r ~ c ~ nDara--
g
Modifications (OCTOBER 1997)

52.2 16-7 Allowable Cost and Payment (APRIL 1998)


-
52.2 16-8 Fixed Fee (MARCH 1997)
.-

52.2 19-8
. __-. - .- . _ .-- ..- _ -
Utilization of small- ~usines;concerns (Over $100,000) (JL7u'E 1999)

Small Business Subcontracting Plan (Over S500,OOO) (JANUARY 1999)


.-

Liquidated Damages - Subcontracting Plan (Over $500,000) (JANUARY 1999)

Payment for Overtime Premium (Over $1 00,000) (JULY 1990) (NOTE: The dollar amount
in paragraph (a) of this clause is $0 unless otherwise specified in the contract.)

Convict Labor (AUGUST 1996)

Equal Opportunity (FEBRUARY 1999)

AffirmativeAction for Disabled Veterans and Veterans


- of the Vietnam Era (APRIL 1998)
.. - -- - -

Affirmative Action for Workers with Disabilities (JUNE 1998) . ..

Employment Reports on Disabled Veterans and Veterans of the Vietnam Era


(JANUARY 1999)

Clean Air and Water (Over $100,000) (APRL 1984) - -


..
% -
-==

Drug Free Workplace (JANUARY 1997)

Toxic Chemical Release Reporting (OCTOBER 1996)

Restrictions on Certain Foreign Purchases (AUGUST 1998)

Authorization and Consent (Over $50,000) (JULY 1995)

Notice and Assistance Regarding Patent and Copyright Infringement (Over $100.000)
(AUGUST 1996)

Patent Indemnity (APRIL 1984)


-
Rights in 6ata - GenerdiJUNE 1987)

Limitation on Withholding of Payments (APRIL 1984)

Interest (Over $100.000) (JUNE 1996)

Limitation of Cost (APRIL 1984)

Assignment of Claims (JANUARY 1986)

Prompt Payment (JUNE 1997)

Mandatory Information for Electronic Funds Transfer Payment (AUGUST 1996)

13
--r

Payment by Electronic Funds 6 a - n s f e r a t h e r Than Central Contractor Re,'0 ~stratlon


(MAY 1999)

Disputes (DECEMBER 1998)

Protest After Award (AUGUST 1996) With Alternate I (JUNE 1985)


-
Notice of Intent to Disallow Costs (APRIL 1984)
- -. .-
Penalties for Unallowable Costs (Over $500,000) (OCTOBER 1995)

Certification of Final Indirect Costs (JANUARY 1997)


-
Bankruptcy (Over $100,000) (JULY 1995)

Changes - Cost Reimbursement (AUGUST 1987) Alternate I (APRIL 1984)

Subcontracts (AUGUST 1998), Alternate 11 (AUGUST 1998) * I f written consent to


subcontract is required, the identified subcontracts are listed in ARTICLE B, Advance
Understandings of the contract.

Competition in Subcontracting (Over $100,000) (DECEMBER 1996)

Governmeni Property ( c o s t - ~ e i m b u r s e m e ~~t ,i m and


g Material, or Labor-Hour Contract!
(JANUARY 1986)

Limitation of Liability - Services (Over $100,000) (FEBRUARY 1997)

Termination (Cost-Reimbursement) (SEPTEMBER 1996)


-. -.
-- ---=-. =
:. .:
~ x c u s a b l eDelays (APRIL 1984)

52.253- 1 Computer Generated Forms (JANUARY 199 1)

b. DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION (HHSAR) (48 CFR
CHAPTER 3) CLAUSES:

HHSAR
C L A U S E NO. TITLE A N D D A T E

352.202- 1 Definitions (APRIL 1984) Alternate I (APRIL 1984)

Insurance - Liability to Third Persons (DECEMBER 1991)

- . -. .. ;52.13.2-9 -.-
-
-
Withholding of Contraet Payments (APRIL 1984)

- --
352.233-70 Lit~gationand Claims (APRIL 1984)

352.242-7 1 Final Decisions on Audit Findings (APRIL 1984)

352.170-5 Key Personnel (APRIL 1984)

351.270-6 Publication and Publicity (JULY 199 1 )

352.270-7 Paperwork Reduction Act (APRIL 1984)


ARTICLE I. 2 . AUTHORIZED SUBSTITUTIONS OF CLAUSES

ARTICLE I . I . OF THIS SECTION IS HEREBY MODIFIED A S FOLLOWS:

FAR 52.2 15- 14. INTFGRITY O F UNIT PRICES (OCTOBER 1 9 9 7 h s deleted in its entirety

FAR Clause 52.2 19-9, SMALL BUSINESS SUBCONTRACTING PLAN (JANUARY 1999). and FAR Clause 52 119- 16.
L I Q U ~ D A T E D - ~ ~ M A ~ ' E S ~ - S U B ~ ' OPLAN
N T ~ (JANUARY
C T I N G 1999) are deleted In thelr entlrety

FAR Clause 52.232-20, LIMITATION O F COST, is deleted in its entirety and FAR Clause 52.232-22, LIMITATION OF
FUNDS (APRIL 1984) is substituted therefor.

- ~
ARTICLE 1.3. ADDITIONAL CONTRACT CLAUSES

This contract incorporates the following clauses by reference, (unless otherwise noted), with the same force and effect as if they
were given in full text. Upon request, the Contracting Officer will make their full text available.

a. FEDERAL ACQUISITION REGULATION (FAR) (48 CFR CHAPTER I) CLAUSES

(I) FAR 52.2 17-2, Cancellation Under Multiyear Contracts (JULY 1996).

(2) FAR 52.2 19-6, Notice of Total Small Business Set-Aside (JULY 1-996). = " '

(3) FAR 52.2 19- 14, Limitations on Subcontract~ng(DECEMBER 1996).

(4) FAR 52.224- I , Privacy Act Notification (APRIL 1984)

(5) FAR 52.224-2, Privacy Act (APRIL 1984). i

(6) FAR 52.227- 14, Rights in Data - General (JUNE 1987)

(7) FAR 52.237-3. Continuity of Services (JANUARY 1991).

(8) FAR 52.246-25, Limitation of Liability - Services (February 1997)

b. DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATIONIPUBLIC HEALTH


SERVICE ACQUISITION REGULATION (HHSAR)I(PHSAR) (48 CHAPTER 3) CLAUSES:

(1) HHSAR 352.124-70. Confidentiality of Information (APRIL 1984).

(2) PHs 352.223-70. Safety and Health (Deviation)(AUGUST 1997)

The following clauses are attached and made a part of this contract:
.-

(I) NIH (RC)-7. Procurement of Certa~nEquipment (APRIL 1984) (OMB Bulletin 81-16).
ARTICLE 1.4. ADDITIONAL FAR CONTRACT CLAUSES INCLUDED IN FULL TENT

This contract incorporates the following clauses in full text

FEDERAL ACQUISITTON REGULATION-(FARj(48 CFR CHAPTER I) CLAUSES:

a. FAR Clause 52.243-6. SUBCONTRACTS


- . - - -. .- FORCOMhlERClAL ITEMS AND COMMERCIALCOMPONEKTS
(OCTOBER-~~~~~-.

(a) . Definition. -

Commercial item, as used in this clause, has the meaning contained in the clause at 52.202-1. Definitions

Subcontract, as used in this clause, includes a transfer of commercial items between divisions, subsidiaries. or
affiliates o f the Contractor or subcontractor at any tier.

(b) To the maximum extent practicabfe, the Contractor shall incorporate, and require its subcontractors at all tiers to
incorporate, commercial items or non-developmental items as components of items to be supplied under this contract.

(c) Notwithstanding any other clause of this contract, the Contractor is not requiredio include any FAR provision or
-
clause, other than those listed below to the extent they are applicable and as may be required to establish the
reasonableness of prices under Part 15, in a subcontract at any tier for commercial items or commercial components:
- . .

. . .
(I) 52.2.22-26, Equal Opportunity (E.O. 11246);
(2) 52.222-35. Affirmative Action for Disabled Veterans and Veterans o f t h e Vietnam Era (38 U.S.C. 4212(a));
(3) 52.222-36. Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and
(4) 52.247-64. Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1231) (flow - . down
-- --..a ..---.-
not fequ(red for subcbritracts awarded beginning May I , 1996).

(d) The Contractor shall include the terms of this clause, including this paragraph (d), in subcontracts awarded under
this contract.
PART 111 - LIST OF DOCUMENTS, EXHIBITS AND OTHER

SECTION J - LIST OF ATTACHMENTS


-
1. Statement of Work. 6 pages
2 InvoiceiFinancing Request and Contract Financial Reporting Instructions for NIH Cost-Reimbursement
Type ConmECs, NmRC)-4: May, 1997, 5 pages
3. Privacy Act System of Records, # 09-25-0 14j4, 1 page
4. Safety and Health (Deviation), PHSAR Clause 352.223-704. August, 1997, 1 page.
5. Procurement of Certain Equipment, NIH(RC)-7 (OhlB Bulletin 81-16)", April, 1984, 1 page.
6. Contact Points, July, 1991,l page.

Footnotes:

4. These forms will be attached to any contract.


PART IV

SECTION K - REPRESENTATIONS AND CERTIFICATIONS


The following documents are hereby incorporated by reference in this contract

1. Representations and Certification>, dated June 14, 1 999


AlTACHMENT A - STATEMENT OF WORK
-

SUPPORT FOR MYCOBACTERIU~~TUBERCULOSIS


STUDIES

BAcKGRWND"
-L

The capacrty to evaluate pathophysiologic processes and evaluate innovative


therapeutic modalities in an efficient-and expeditious manner is an essential element of
the efforts of the Division of Intramural Research (DIR) of the National lnstitute of
Allergy and Infectious Diseases (NIAID). The Institute has supported efforts to evaluate
control measures for infectious diseases during past decades and Phase I and Phase I1
clinical trials of drugs and immunomodulating agents for the prevention and therapy of
infectious diseases. Tuberculosis was one of the leading causes of death in the United
States until the introduction of specific antimicrobial drugs in the 1950's. With the
introduction of these chemotherapeutic agents and a better understanding of etiology,
the incidence of the disease declined until 1985. Due to the decrease in public health
funding for control of tuberculosis and the increased rate of development of active
disease among HIV-infected persons, there had been an alarming increase in the
incidence of tuberculosis, to the point where in 1992 over 26,680 active cases of
disease were reported, an increase of more than 20% relative to 1985. \ W l e the
number of cases af tuberculosis reported in the United States has decreased to
approximately 19,500 in 1997, tuberculosis, and, in particular, drug-resistant
tuberculosis remains a critical problem throughout the world.
Several factors have contributed to this reversal, including growing immigrant and
indigent populations that have limited access to health care. Among patients with ==: ---
active tuberculosis undergoing drug treatment, failure to comply with an effective
treatment regimen is widespread; a study in one hospital in New York City documented
that greater than 80% of infected individuals who begin therapy do not complete it. This
lack of compliance contributes to the simultaneous and even more alarming increasing
incidence of muttidrug resistant tuberculosis. lmmunocompetent as well as
immunocompromised persons have been infected by strains of M. Tuberculosis
resistant to all available chemotherapeutic agents.
Identification of factors associated with the increasing incidence, the better use of
appropriate public health control measures, and the development of new therapies for
both drug-sensitive and drug-resistant tuberculosis are public health priorities. Clinical
and epidemiological analyses leading to more effective drug treatment regimens are
- critical. Without these studies7~ewmulti-drug resistant strains of M. Tuberculosis will
emerge regardless of the effectiveness ofexisting or new chemotherapeutic agents.
- - The objective of this contract is to assist DIR investigations related to M. Tuberculosis
by establishing relationships with community-based, public health and hospital-based
clinics in the Washington metropolitan area (within 30 miles of the National Institutes of
Health, Bethesda, Maryland campus) that are treating patients with tuberculosis to
facilitate participation of these clinics in future DIR basic research studies and clinical
trials.
The contract will benefit the NlAlD DIR programs by providing M. Tuberculosis isolates,
body tissues, and fluids from infected patients to allow DIR investigators to study the
pathophysiologic events in patients with MDR-TB;providing cohorts of patients to ,
assess drugs and/or vaccines developed within the NlAlD DIR laboratories; and making
strains of M. Tuberculosis available for biochemical studies of drug resistance and basic
physiologyby W I D scientists involved in drug and vaccine discovery. Thus, this
contract will be a major resource to all NlAlD laboratories involved in tuberculosis
research.
-while it is anticipated that the local Sites that are currently participating will provide the
. - .
NlAlD with the opportunity to meet the challenge of the tuberculosis epidemic, given the
uncertainties and the potential threat of tuberculosis to the general public health and
especially in minority populations and women, additional sites may need to be recruited
into the effort to rapidly respond to changes in the disease. Up to four additional non-
local sites may be required for the purpose of assisting DIR Trials through patient
recruitment.
Activities at these non-local sites shall involve providing personnel and support
necessary to assist the facilities in cooperating with the DIR, NIAID, The types of
assistance that may be required would be a study coordinator,sacial workerlnurse, and
data entry personnel at each of the non-local sites. NOTE: A cost proposal for the
non-local sites is not requested at this time but may be requested at a later date
when specificnon-local sites are determined.
The clinics with which NIAIDIDIR currently has established relationships are:
Montgomery County Public HealthClinic -- -
--- -.

Prince George County Public Health Clinic


Arlington County Public Health Chest Clinic
D.C. Public Health Clinics-Area C
Cardoza Unity Healthcare
La Clinica del Pueblo
D.C. General Hospital
It is intended that at least these clinics continue in this relationship with the
NIAIDIDIR.

Specifically, work shall consist of the following activities:


1. Maintain liaisons in 1 - 6jospital - or public health department-based clinics that
- - are diagnosing and treating at leastthree new cases of tuberculosis per month
and 1-3 community-based clinics that are diagnosing and treating at least one
- - new case of tuberculosis per month. These clinics should be located in the
Washington, DC metropolitan area within a 30-mile radius of the main campus of
the National Institutes of Health. At least five percent per year of the total
number of cases of tuberculosis are required to be due to multidrug-resistant
strains of M. Tuberculosis. These facilities must be willing to participate in DIR
investigation of M. Tuberculosis in a cllnical setting. NOTE: Evidence of
facilities' willingness to participate should be included with the technical
proposal.
Populations with a high prevalence of disease may include U.S. immigrant,
homeless, immunocompromised individuals, including those with concomitant
HIV infection, or other populations, such as women and minorities, at high risk
for-tubemlosis. I,t is the policy of the NIH to include women and minorities in
study populations so that the resultant findings can be of benefit to all persons
at risk of the disease, disorder or condition under study. Special emphasis
should be placed on the inclusion of minorities and women in studies of
diseases, disorders and conditions that disproportionately affect them. This
policy applies to males and females of all ages.
2. Collect prospective data from these facilities on a yearly basis from available
hospitallclinic records to better characterize the ongoing epidemic of
tuberculosis in the locality of these facilities as it represents the epidemic of
tuberculosis in the greater Washington metropolitan area and neighboring
communities. The contractor shall then identify resources that are required by
the clinics to participate in DIR investigations . These services may include, but
not be limited to, determining the incidence of tuberculosis in the locality and
arranging for the ongoing generation of data regarding the epidemiology and
clinical manifestations of the epidemic of M. Tuberculosk and, in particular,
monitoring for cases of multidrug resistant M. Tuberculosis. Specifically, the
contractor shall address the following:
a. Report on the incidence of tuberculosis in the catchment areas of each of
the facilities identified in (1).
b. Report on the factors that are associated with the successful and ---- -- ;--

unsuccessful treatment of tuberculosis in these facilities (i.e.,


socioeconomic class, treatment regimen, extent of disease at
presentation, type of health-care facility).
c. Report on the factors associated with the development and diagnosis of
multidrug resistant tuberculosis in these facilities (i.e., prior therapy,
concomitant illness (e.g. HIV infection)).
3. Assess the needs of the clinic(s) and hospital(s) to determine what resources
would be required to enable these facilities to participate in the contract activities
and provide a plan to the Project Officer for overcoming any barriers to
participation. -
-
.4: Devefop informational material appropriate for patient and physician populations
at the participating facilities. Informational material shall describe the a) natural
history of treated and untreated M. Tuberculosis, b) appropriate treatment for the
disease, c) the current epidemic of M. Tuberculosis, and, in particular, d) multi-
drug resistant M. Tuberculosis. Informational material shall also be developed,
in formats appropriate both for the patient and the physician, regarding e) the
nature of clinical trials in general and the availability of trials for care of persons
with M. Tuberculosis. Development of approximately four to five brochures on
topics such as those above shall be required. These topics shall be determined
in collaboration with the NlAlD Project Officer. A draft of the brochure will be
required for review and approval by the NIAJD Project Offtcer within 30 days after
the topic has been chosen. These materials are to be produced in sufficient
quantitidor patients and physicians at the facilities identified in #1 above as
well as investigators at NIH. An estimated 1.000 brochures per topic will be
required for each of the two facilities and 1.000 for NIH. These brochures may
need to be updated or modified as new treatments and trials become available.
Continued work will consist of monitoring of patients diagnosed with tuberculosis, --
.. .
continued collection of epidemiological data, establishing communrty outreach
programs, providing clinical material, assisting DIR scientists in laboratory
diagnostic and evaluative efforts related to the DIR trials.
The Contractor shall facilitate patient recruitment for clinical studies conducted
by DIR, provide clinical material to NIH for both DIR basic and clinical research
studies, and provide DIR clinical and epidemiological data for DIR analyses.
Specifically, the contractor shall perform the following
- ..activities:
- ..
..

- $. Arrange periodic meetings, approximately one meeting every three months, with --
key staff of participating facilities and the NIH Project Officer to d i s ~ ~ progress
ss
of the program and any specific areas of emphasis needing direction.
Establish social work and community outreach programs to facilitate patient
ability to participate in NlAlD DIR programs in general, but in particular related to
<=* * =
M. Tuberculosis. Services must include collecting clinical and research
specimens in the field and the ability to monitor and report on directly observed
therapy. Programs to facilitate patient participation may include, but are not
limited to, transportation of patients from their homes to the NIH, establishment
of outreach programs to monitor and report on the results of tuberculosis therapy
in the field, directly observed tuberculosis therapy in the field, and identification
of incentives for study participants such as daycare provision and provision of
meals.
It is anticipated that up to seven patients will be enrolled per month with monthly
follow-up of patients once enrolled for a period of approximately one year.
Follow-up activities and patient monitoring may consist of the following activities:
a. . - ~ e ~ o r ton
i nwh&her
~ patients are continuing treatment.
b. Reporting on the current treatment regimen.
c. Reporting on patients clinical condition to determine success or failure of
therapy.
d. Reporting on factors contributing to treatment successes and failures (i.e.
socioeconomic class, treatment regimen, extent of disease at
presentation, etc.).
Provide for the collection and timely transportation of biologically viable clinical
materials such as blood, blood products, TB isolates (including drug
susceptibility information), sputum samples, and PBMC's, as identified by the
NlAlD Project Offrcer, to the-National Institutes of Health, Bethesda or Rockville,
Maryland for the use of NIH intramural investigators.
Whik mizh of thediniial material will become available from the local facilities
identified above, the Contractor shall have provisions for the safe transportation
of clinical material related to M. Tuberculosis and other infectious material from
sites near the NIH as well as from other sites around the country. It is
anticipated that there might be up to 40 samplestweek locally and an estimated
10 samplestweek from sources outside the Washington, DC area for the duration
of the contract.
The following information shall be provided for each specimen:
1. Code
2. Gender
3. Age of patient
4. Type of specimen. .-
-.
5. Drug susceptibility testing data on strain. - .

6. Treatment history of patient.


The contractor shall assume responsibility for compliance with all state, local,
and federal regulations for shipping and transporting biological and/or hazardous
materials.
- --- - -
..--.-,-.
- . .
-
Provide personnel with laboratory experience to facilitate the collection,
processing (in accordance with procedures provided by the Project Officer), and
storage of clinical isolates of M. Tuberculosis, and in particular, multidrug
resistant M. Tuberculosis.
Provide personnel with laboratory experience and Ph.D. or MD level training to
assist in laboratory diagnostic and evaluative efforts according to protocols
provided by the MAID Project Officer at the National Institutes of Health. These
diagnostic and evaluative efforts may include, but are not limited to, the
laboratory analysis of mycobacterial isolates to foster the use of rapid diagnostic
tests to identify M. Tuberculosis from clinical specimens and to distinguish it from
other mycobacterial species. Emphasis will be placed on the capability to use
rapid screening methods to rapidly identify sensitive and MDRTB and quantify
the sensitivities of clinicsl specimens to conventional anti-tuberculosis agents.
This iiivolves collaboration with the-Clinical Center Microbiology Laboratory and
the use of established as well as new diagnostic techniques such as those
involving serology, phage typing, branched DNA assays, and PCR.
The Contractor shall be responsible for patient recruitment, retention, and
follow-up; assisting with the preparation of the INDs; handling specimens; data
collection; support for the community-based clinics and hospitals to participate in
the trials; and the transportation of patients to and from NIH and the various local
sites.
The Contractor, at the direction of the Project Officer, shall convene an annual
one day meeting of contractor, participating clinics and hospitals, participating
NIH intramural scientists, and NIH key personnel, involved in the contract, for
discussion and sharing of the progress amfintended direction of the program. It
is anticipated that this meeting will be held locally at the National Institutes of
Health. -The ConWactor shall be responsible for notification of participants, travel
arrangements, provision of per diem and honoraria as well as the administrative
support necessary to facilitate the conduct of the meeting. For estimating
purposes, the Contractor can anticipate 25 local participants and five consultants
to be traveled from outside ofthe Washington, DC area. Travel from Chicago
can be used for estimating costs.
The high transmissibility rates associated with TB and the increasing prevalence
of MDR-TB shall require strict adherence to the Center of Disease Control and
OSHA guidelines, and any other local, state, or Federal guidelines and
regulations relating to the health and safety of personnel. Additional technical
risks include handling of blood samples and human secretions that could
potentially be contaminated with infectious agents. The Contractor shall ensure
that staff has appropriate training and that appropriate facilities and waste
handling techniques be used for the work under this contract.
MVOlCElFMANCING REOUEST AND CONTRACT FINANCIAL REPORTMG
MSTRUCTIONS FOR NIH COST-REIMBURSEMENT CONTRACTS. NIH(RC)-4 r

General: The contractor shall submit claims for reimbursement in the manner and format described herein and as illustrated in
the sample invoicelfinancing request.
-
-
s e sServices Other Than Personal," and Standard Form 1035.
Format: Standard Form 1034, "Public Voucher f ~ ~ ~ u r c h aand
"Public Voucher for Purchases -and. Services
. - .. Other Than Personal-- Continuation Sheet." or reproduced copies of such forms
marked 0 ~ 1 ~ 1 ~ ~ i ; h o be d to submzit claims f6r reimbursement. In lieu of SF-1034 and SF-1035, claims may be
u lused
submitted on the payee's letter-head or self-designed form provided that it contains the information shown on the sample
invoice/fmancing request.
-
Number of Copies: As indicated in the Invoice Submission Clause in the conuact.

Frequency: Invoicedfmancing-requests submitted in accordance with the Payment Clause shall be submibed monthly unlezs
otherwise authorized by the contracting offrcer.

Cost Incurrence Period: Costs incurred must be within the contract performance period or covered by precontract cost
provisions.

Billing of Costs Incurred: If billed costs include: (I) costs of a prior billing period, but not previously billed; or (2) costs
incurred during the contract period and claimed after the contract period has expired, the amount and month(s) in which such
costs were incurred shall be cited.'
..
.- -- -
. . . - I

Contractor's Fiscal Year_: Invoicedfinancing requests shall be prepared in such a manner that costs claimed can be identified
with the contractor's fiscal year.

Currency: All NIH contracts are expressed in United States dollars. When payments are made in a currency other than United
States dollars, billings on the contract shall be expressed, and payment by the United States Government shall be made, in that
other currency at amounts coincident with actual costs incurred. Currency fluctuations may not be a basis of gain oit&Ftdthe
contractor. Notwithstanding the above, the total of all invoices paid under this contract may not exceed the United States dollars
authorized.

Costs Requiring Prior Approval: Costs requiring the contracting officer's approval. which are not set forth in an Advance
Understanding in the contract shall be so identified and reference the Contracting Officer's Authorization (COA) Number. In
addition, any cost set forth in an Advance Understanding shall be shown as a separate line item on the request.

invoice/Financing Request Identification: Each invoicelfinancing request shall be identified as either:

(a) Interim Invoice/Contract Financing Request - These are interim payment requests submitted during the contract
performance period.
-
(b) Completion invoice- The completion i;broice is submitted promptly upon completion of the work; but no later than one
- . . ..
ye& from the coiiiract completion date, or within 120 days after settlement ofthe final indirect cost rates covering the year
in which this contract is physically complete (whichever dati is later). The completion invoice should be submitted when
- .- all costs have been assigned to the contract and all performance provisions have been completed.

(c) Final Invoice - A final invoice may be required after the amounts owed have been settled between the Government and
the contmctor (e.g., resolution of all suspensions and audit exceptions).

Preparation and itemization of the invoice1Financing Request: The contractor shall furnish the information set forth in the
explanatory notes below. These notes are keyed to the entries on the sample invoice/financing request.

NIH(RC)-4 ATTACHMENT 2
Rev. 5/97
- <
- '-

(a) Designated Billing Office Name and Address - Enter the designated billing office and address, identified in the Invo~ce
Submission Clause of the contract, on all copies of the invoiceifinancing request.

(b) Invoiceflinancing Request Number - lnsert the appropriate serial number of the invoiceifinancing request

(c) Date Invoice/FinanHng Request Prepared - lnsert the date the I,nvoice/financing request is prepared.

(d) Contract Number and Date. -


..--C -I-
lnsert the contract number and the effective date of the contract
. - . .--

(e) Payee's Name a n d Address - Show the contractor's name (as it appears in the contract), correct address, and the title and
phone number of the responsible official to whom payment is to be sent. When an approved assignment has been made
b y the contractor, or a different payee has been designated, then insert the name and address of the payee instead of the
contractor.

Total Estimated Cost of Contract - lnsert the total estimated cost of the contract, exclusive of fixed-fee. For
incrementally funded contracts, enter the amount currently obligated and avaiiable for payment.

Total Fixed-Fee - lnsert the total fixed-fee (where applicable). For incrementally funded contracts, enter the amount
currently obligated and available for payment.

Billing Period - Insert the beginning and ending dates (month, day, and year) of the period in which costs were incurred
-
and for which reimbursement is claimed.
. .- -- -..
-
Incurred Cost Current - Insert-the amount billed for the major cost elements, adjustments, and adjusted amounts for
the. current period. - .

Incurred Cost - Cumulative - Insert the cumulative amounts billed for the major cost elements and adjusted amounts
claimed during this contract.
..

Direct Costs - lnsert the major cost elements. For each element, consider thk application of the paragraph entitl&o~osts
Requiring Prior Approval" on page I of these instructions.

(I) Direct Labor - Include salaries and wages paid (or accrued) for direct performance of the contract. For Key
Personnel, list each employee on a separate line. List other employees as one amount unless otherwise required by
the contract.

(2) Fringe Benefits - List any fringe benefits applicable to direct labor and billed as a direct cost. Fringe benefits
included in indirect costs should not be identified here.

(3) Accountable Personal Property - Include permanent research equipment and general purpose equipment having
a unit acquisition cost of 161,000or more and having an expected service life of more than two years, and sensitive
property regardless of cost (see !he DHHS Conrracror's Gurde for Control of Government Properp). Show
permanent research equipment si+rate from general purpose equipment. Prepare and attach Form HHS-565,
...
"Report ofAccountable Property." in accordance with thefollowing instructions:

List each item for which reimbursement is requested. A reference shall be made to the following (as applicable):

- The item number for the specific piece of equipment listed in the Property Schedule.

- The Contracting Officer's Authorization letter and number, if the equipment is not covered by the Property
Schedule.

NIH(RC)-4 ATTACHMENT 2 ..
Rev. 5/97
- Be preceded by an asterisk (*) if the equipment is below the approval level.

(4) Materials and Supplies - Include equipment with unit costs of less than $1.000 or an expected service life oinvo
years or less, and consumable material and supplies regardless of amount.

(5) Premium Pay'- List remuneration in excess of the basic hourly rate.

( 6 ) Consulhnt Fg&- List fee? paid to consultants. Identify consultant by name or category as set forth in the contract's
Advance Understanding or in the COA letter. as well as the effort (i.e., number of hours, days, etc.) and rate being
billed.

-(7) Travel - Include domestic and foreign travel. Foreign travel is travel outside of Canada, the United States and its
territories and possessions. However, for an organization located outside Canada, the United States and its territories
and possessions, foreign travel means travel outside that country. Foreign navel must be billed separately from
domestic travel.

(8) Subcontract Costs - List subcontractor(s) by name and amount billed.

( 9 ) Other - List all other direct costs in total unless exceeding $1,000 in amount. If over $1,000, list cost elements and
dollar amounts separately. If the contract contains restrictions on any cost element, that cost element must be listed
separately. -

(I) Cost of Money (COM) - Cite the COM factor and base in effect during &e tim&e cost was incurred and for which
. . reimbursement is clahed.
. . - .

(m) Indirect Costs-Overhead - Identify the cost base, indirect cost rate, and amount billed for each indirect cost category.

(n) Fixed-Fee Earned -Cite the formula or method of computation for the fixed-fee (ifany). The fixed-fee must be claimed ,

as provided for by the contract. .- ...


-
..
---
--.-

(0) Total Amounts Claimed - Insert the total amounts claimed for the current and cumulative periods.

(p) Adjustments - lnclude amounts conceded by the contractor, outstanding suspensions, andlor disapprovals subject to
appeal.

(q) Grand Totals

The contracting officer may require the contractor to submit detailed support for costs claimed on one o r more interim
invoicesllinancing requests.

NI H(RC)-4 ATTACHMENT 2
Rev. 5/97
FINANCIAL REPORTING INSTRUCTIONS:

These instructions are keyed to the Columns on the sample invoicelfinancing request

Column A-Expenditure Category - Enter the expenditure categories required by the contract.
.
--
Column B-Cumulative Percentage of ~ f f o r t ~ r s . - ~ e ~ o t i-aEnter t e d the percentage ofeffort or number of hours agreed to
doing contract- . negotiations
.
..-;--- --
for each
.-
employee
. - -- - -
a -
or labor category listed in Column A.

Column C-Cumulative Percentage of Effort/Hrs.-Actual- Enter the percentage of effort or number ofhours worked by each
employee or labor category listed in Column A.
-
-
Column %Incurred Cost-Current Enter the costs, which were incurred during the current period
- .- -
-
Column E-Incurred Cost-Cumulative Enter the cumulative cost to date.

Column F-Cost at Completion - Enter data only when the contractor estimates that a particular expendime category will vary
from the amount negotiated. Realistic estimates are essential.

Column C - Contract Amount - Enter the costs agreed to during contract negotiations for all expenditure categories listed in
Column A.

-
Column.H-Variance (Over or Under) Show the difference between the estimated c5sts at completion (Column F) and
negotiated costs (Columr, 5 ) when entries have been made in Column F. This column need not be filled in when Column F is ..
.
-.-
.

blank.. - ~. h e an line item varies by plus or minus 10 percent, i.e., the percentage arrived at by dividing Column F by Column G,
an explanation of the variance ihould be submitted. In the case of an overrun (net negative variance), this submission shall not
be deemed as notice under the Limitation of Cost (Funds) Clause of the contract.

Modifications: Any modification in the amount negotiated for an item since the. preceding report should be listed in the
.--- - - - -
appropriate cost category.

Expenditures Not Negotiated: An expenditure for an item for which no amount was negotiated (e.g., at the discretion of the
contractor in performance of its contract) should be listed in the appropriate cost category and all columns filled in, except for
G. Column H will of course show a 100 percent variance and will be explained along with those identified under H above.

N I H(RC)-4 ATTACHMENT 2
Rev. 5/97
s :=
z :

SAMPLE MVOICUFINANCING REQUEST AND CONTRACT FINANCIAL REPORT

(a) B ~ l l ~ nOgf i c e Narnc and Address (b) Invo~ce/F~nanc~ng


Rcqucst
No
NATIONAL INSTITUTES OF HEALTH
Nat~onalCanccr lnst~tute RCAB (L) Dare Invo~icPrepared
EPS Room -
6120 EXECUTIVEBLVD MSC (d) Contract No -
Bcthesda MD 20892-
Effectrve Date
(c) Payee's N a g ~ &i&css
d
ABC CORPORATION
100 Matn Succt
Anywhere. USA z ~ code
p (f) Total Esurnatcd Cost

Arm Name. Tttle. & Phone Number of Offictal to Whom - (g) Total F~xcdFcc
Payment IS Sent
(h) Thrs rnvo~ce/financtngrequest represents retmbunable costs for the pcr~odfrom to
Cumulat~vcPercentage of
EffodHn Incurred Cost
Cost at Conuact
Expcnd~turcCategory* Ncgot~atcd Actual ( I ) Current (J) Curnulaftve Complct~on Amount Vartancc
A B C D E F G H
(k) D~rcctCosts
( I ) Dlrcct Labor
(2) Fr~ngeBenefits
--
(3) Accountable Propcny
(attach HHS-565)
(4) Matcr~als& Suppltes
(5) Prerntum Pay
(6) Consultant Fees
(7) Travel
(8) Subcontracts ---- - ._
(9) Othcr
Total Dtrcct Cosu
(I) Cost of Moncy
(rn) Ovcrhcad
G&A
(n) Ftxcd Fec
( 0 ) Total Amount Clatrncd
(p) Adjusuncnts
(q) Grand To~als
I ccntfy that all paymenu arc for approprlatc purposcs and In accordance w ~ t hthc contract

* Attach dcta~lsas spec~ficdIn the contract

N IH(RC)-4 ATTACHMENT 2 ..

Rev. 5/97
5 _
3.7-2 Privacy Act System of Records, 109-25-0143

PRIVACY ACT (OCTOBER 3,1996)


(a) The Contractor agrees to--
(1) Comply with the Privacy Act of1 974 (the Actrand the agency rules and
regulations (49 CFR Part 10) issued under the Act in the design, development, or
operation dfGySy'stem of records on individuals to accomplish an agency function
when the contract specifically identifies--
(i) -The systems of records; and -

(ii) The design, development, or operation work that the contractor is to perform; --
- -- -

(2) Include the Privacy Act notification contained in this contract in every solicitation
and resulting subcontract and in every subcontract awarded without a solicitation,
when the work statement in the proposed subcontract requires the redesign,
development, or operation of a system of records on individuals that is subject to the
Act; and
(3) Include this clause, including this subparagraph (3), in all su&ontracts awarded
under this contract which requires the design, development, or okratic? of such a
system of records. - - -

(b) In the event of violations of the Act, a civil action may be brought against the
agency involved when the violation concerns the design, development, or operation of
a system of records on individuals to accomplish an agency fhction, and criminal -- -
penalties may be imposed upon the officers or employees of the agency when the - -'-
-;

violation concerns the operation of a system of records on individuals to accomplish


an agency function. For purposes of the Act, when the contract is for the operation of
a system of records on individuals to accomplish an agency function, the Contractor is
considered to be an employee of the agency.
(cX I ) 'Operation of a system of records,' as used in this clause, means performance of
any of the activities associated with maintaining the system of records, including the
collection, use, and dissemination of records.
(2) 'Record,' as used in this clause, means any item, collection, or grouping of
information about an individual that is maintained by an agency, including, but not
- limited to, education, financial trakactions, medical history, and criminal or .- .
employment history and that contains the person's name, or the identifying - --
-
number, symbol, or other identifying particular assigned to the individual, such as a
fingerprint or voiceprint or a photograph.
(3) 'System of records on individuals,' as used in this clause, means a group of any
records under the control of any agency from which information is retrieved by the
name of the individual or by some identifying number, symbol, or other identifying
particular assigned to the individual.

(End of C l a u s e ) Attachment 3
5/29/98
--
PHs 352.223-70 SAFETY AND HEALTH (DEVIATION) (AUGUST 1997)
(a) To help ensure the protection of the life and health of all persons, and to help prevent damage to propem, the
Contractor shall comply with all Federal, State and local laws and regulations applicable to the work belng performed
under this contract. These laws are implemented andlor enforced by the Environmental Protection Agency,
Occupational SafeB, and Health Administration and other agencies at the Federal, State and local levels (Federal, State
and local regulatory/enforcement agencies). - -
-

(b) Further, the Contrazgr sha1.l take or cause to be taken additional safety measures as the Contracting Officer in
conjuncti6n&h the prdjeit brother appropriate bfficer, determines to be reasonably necessary. If compliance with
these additional safety measures results in an increase or decrease in the cost or time required for performance of any
part of work under this contract, an equitable adjustment will be made in accordance with the applicable "Changes"
Clause set forth in this contract. -
(c) . The Contractor shall maintain an accurate record of, and promptly report to the Contracting Officer, all accidents or
..- - incidents resulting in the exposure of persons to toxic substances, hazardous materials or hazardous operations; the
injury or death of any person; andlor damage to property incidental to work performed under the contract a d all
violations for which the Contractor has been cited by any Federal, State or local regulatory/enforcement agency. The
report shall include a copy of the notice of violation and the findings of any inquiry or inspection, and an analysis
addressing the impact these violations may have on the work remaining to be performed. The report shall also state the
required action(s), if any, to be taken to correct any violation(s) noted by the Federal, State or local
regulatory/enforcement agency and the time frame allowed by the agency to accomplish the necessary corrective
action.

(d) If the Contractor fails or refuses to comply promptly with the Federal, State or logal regulatory/enforcement agency's
directive(s) regarding any violation(s) and prescribed corrective action(s), the Contracting Officer may issue an nrcler
- . -stopping all or part iCthe work until satisfactory corrective action (as approved by the Federal, jmte or local
- regulatory/enforcement agencies) has been taken and documented to the Contracting Officer. No part of the time lost
due to any stop work order shall be subject to a claim for extension of time or costs or damages by the Contractor.

(e) The Contractor shall insert the substance of this clause in each subcontract involving toxic substances, hazardous
materials, or operations. Compliance with the provisions of this clause by -subcontractors will be the responsibility
..
of
- --- - - ..
. . ..
the Contractor.

(End of clause)

Safety and Health Clause (Deviation) ATTACHMENT 4


PHs 352.223-70, (8197)
/ .-

PROCUREMENT OF C E R T . EOUIPMENT
~

Notwithstanding any other clause in this contract, the Contractor will not be reimbursed for the purchase, lease, or rental of
any item of equipment listed in the following Federal Supply Groups, regardless of the dollar value, without the prior wrinen
approval of the Contracting Officer.
- .
--
67 - Photographic Equipment
69 - Training Aids and Devices
70 --L-6ener*rpose-ADPEqipment, S o h a r e , Supplies and Support (Excluding 7045-ADP Supplies and
Support Equipment.)
71 - Furniture
72 - Household and Commercial Furnishings and Appliances
74 - Office Machines and Visible Record Equipment
77 - Musical Instruments, Phonographs, and Home-type Radios
.. -. .
78 - Recreational and Athletic Equipment

When equipment in these Federsl Supply Groups is requested by the Contractor and determined essential by the Contracting
Officer, the Government will endeavor to fulfill the requirement with equipment available from its excess personal property
sources, provided the request is made under a cost-reimbursement contract. Extensions or renewals of approved existing
teases or rentals for equipment in these Federal Supply Groups are excluded from the provisions of this article.

- - -- ..

NIH(RC)-7 (41 1/84) ATTACHMENT 5


OMB Bulletin 81-16
Complete the following and return with the BUSMESS PROPOSAL.

Name, Title and Address* of Business Reuresentative with whom daily contact is required.
- .
--
Sean AL-Temeemi 301/984-7191
Name Telephone Number
. , . - --.--

Controller 301/984-7196
institutional Title FAX Number
- ~ean~~-~~meemi@matthewsgrou~.com
institutional Office E-MailAddress
-. -

Matthews Media Group, Inc.


Institution Name

6101 Executive Blvd., Suite 300


**Street Address

Rockville, M D 20852
City, Statc Zip Code . ...

Name,Institutional Title and Address of Proposed Princival Investinator

Frances Heiliq
. --
Name #

Vice President ., 301/984-7191


Institutional Title FAX Number

FrancesHeiliq@matthewsaroup.&m
Institutional Division, etc. E-Mail Address

6101 Executive Blvd., Suite 300


'Street Address

Rockvi lle, M D - 20852


- . ..
City,
..
State
- .~ . . ..- . - Zip Code- . .

- ..
lhese exact addresses are necessary to ensure that contact can be made with the proper individual(s) in the most
expeditious manner.

May not necessarily be same as legal address of offeror.


**Please use actual street addres9f'not P.O.Box.

Contact Points ATTACHMENT 6


719 1
* .
- ,--

AMENDMENT OF SOLICITATION / MODIFICATION OF ' CONT"CT I ID I* PAGE OF PAGES


I ?

CONTRACT 1' j L
2. AMENDMENTMODIFICATION NO 1 3 EFFECTIVE DATE / 4 REQUISITION/PURCHASE R E 0 NO 1 5 PROJECT NO
(If appl~cabtei

.-
6, ISSUED BY
National Institutes of
Health,
NIAID, AMOB
10401 ~e-rnwdbbkoadymC'48I
Bethesda. MD 20817
3 'I
.=
1

I
I

9A AMENDMENT OF SOLICITATION NO
8 NAME AND ADDRESS OF CONTRACTOR (No. street, county. State and ZIP code) I
J
Mediacross, Inc
2001 S. Hanley R d . , S u i t e 540
. . St. Louis, MO 63144

lR520005
108 DATED (SEE ITEM 13)

CODE FACILITY CODE I 1 April 26, 2006


11 THlS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

The above numbered sollcttation 1s amended as set forth in Item 14 The hour and date specified for recetpt of Offers IS extended 0 is not extended
Offerors must acknowledge rece~ptof this amendment prior to the hour and date speafied in the solic~tat~onor as amended by one of the following methods (a) By
completing Items 8 and 15 and returning coples of the amendment (b) By acknowledging recetpt of thts amendment on each copy of the Offer submitted or (c)
By separate letter or telegram whtch tncludes a reference to the soltcitat~onand amendment numbers FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED
AT THE PIACE 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 destre to change an offer already submlned such change may be made by telegram or letter prov~dedeach telegram or letter makes --.-
reference to the solicitat~onand thls amendment and IS received pnor to the opening hour and date specified
INTI G AN0 APPROPRIATION DATA (M required)
;I;:rr$$ OC Code 25 2". CAN 68335649 1500.000
- -

13 THlS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS


IT MODIFIES THE CONTRACTIORDER NO AS DESCRIBED IN ITEM 14

[7 1 A THIS CHANGE ORDER IS ISSUED PURSUANT TO (Speofy Authonly) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT O R ~ ~ 10A~ ~ ~ ~

B THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes In paylng OHIW appopnalton data, etc ) SET
FORTH IN ITEM 14 PURSUANT TO THE AUTHORITY

C THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF

I
0 OTHER (Specty type of mod~fical~on and aulhonty)
52 217-9 Optlon to Exlend the Term of the Contract
E IMPORTANT Conlractor 1s not 0 IS required l o slgn lhls dowment and return c o p y lo the lssulng OWIW

14 DESCRIPTION OF AMENDMENTlMODlFlCATlON (Organized by UCF sectlon headlngs tndudlng soltatattonlcontract subjecl matter h e r e feasible)

The purpose of this m o d i f i c a t i o n is to extend the period of p e r f o r m a n c e , and to obligate funds pursuant to FAR Clause 52.217-9 (Option to Extend
the Term of the Contract) and NIH-2556 (ORDER FOR SUPPLIES OR SERVICES).

Previous Contract Obligat~on: $500.000


Current Amount Obliaated. $500.000 i
Total C o n t r a c t A m o u n t Funded: $1,000,000 (changed)
." - .. -- - - .: -.-

Period of Performance: May 1, 2006 through April 3 0 , 2 0 0 7 (Changed)


- -.-
Exutpt as provided herem, all terms and wndlt~ons01 the dowment referenced in Item 9A or 10A, as heretofore changed, remalns unchanged end In full f o r and
~ effect.
15A. NAME AND TITLE OF SIGNER (Type or pnnl) 16A NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

I
I
Terrie Nestor, Contracting Officer
15B CONTRACTORIOFFEROR I 15C DATE SIGNED / 168 UNITED STATES OF AMERICA 7 I 16C DATE SIGNED

--
(Stgnature of person aulhonzed to slgn)
NSN 754001-1528070 30-105 STANDARD FORM 30 (Rev 10%.
PREVIOUS EDITION UNUS4BLE Prawnbea by GSA
FAR (48 CFRJ 51 243
. - ---
:

IR520007, Modification 2 Page 2

BEGINNING WITH THE EFFECTIVE DATE OF THEMODIFICATION, THE CONTRACT IS HEREBY


MODIFIED AS.FOLLOWS: -
-

1. PurSXiht taPAR Clause-52.2 17-9, Option to Extend the Terms of the Contract ('November 1999), and NIH-
2556 ORDER FOR SUPPLIES OR SERVICES, Option Year I of the contract is hereby exercised for the
period of May 1,2006 through April 30, 2007.

2. As a result of this modification, thetotal contract amount is increased by $500,000 from $500,000 to -
.. :
$1,000,000. -

3. Please refer any questions to LaDonna Stewart, 30 1-45 1-81 1 7

ALL OTHER CONTRACT TERMS REMAIN UNCHANGED AND IN FULL FORCE AND EFFECT

. . ~ -- -- ...

- - .
--.-
. .... .
.
-
.- - a -.
and/or order
Merk a11 numbers.
packages and papers with contract
ORDER FOR SUPPLIES OR %ERWICES . '. OMB No. 0990-0115
1. Date of order 2. Contract no. (if any) 3. Order no. Page
8 . . 4/27/05 G$-23F-()(J30$ - .' R52F305 -
I of
.4:~e~uisitioning 5. Requisitionno.
0 m " : , f ~ ~ / ~ ~ ~ ~ ~ t i i ~ : ~ / ~ : 4 i ~ ~ . B563G 1
Otj
..
6. Accounting and appropriation data 7. Ship to (Name. eddress, and zip code)
. .
: 53355c49 C" 0093 XATIONAL IRSTITilTES OF Y E R i i H
QC:
.
rc.
2F;C\I
30030
, / -
GP,I.[)l;ET TH2:;.,5
.-,
-
- 6610 ROCKLEDGE DR., Rl4. '.945
ETHESDA, !{; ~ ~ $ 5 2
8. To: Contractor (Name, a d d r E e
- '--
S G : . --, A h.+ = .=
SF3.7: CSFQ6 9. Type of order
a) PURCHASE. Reference your
>tE31AC;(i\SS, I KC. RK TRAYERZ; KEilIH RENKETT 3Q2-54t.-;ii;
?fig1 S. .WANLEY go., SUITE 540 - Please furnish the following on the t e n s specified on both
ST. ?Od!S, KG 63144 sides of this order and on the attached sheets, If any, includicg
. .
delivery as indicated. -
%
. . (b) DELIVERY. Except fbr Mlling instructions as attached, U~is
X delhre order is sub ect to instructions contained on this side
!-#!sK2?3?605~0~05
1
10. Issuing office (Name and phone number of Purch8singAgent to cell regarding this order.)
7 conditions
only his
of ad
is issued
the contract
form
..
su,ect intoBlock
referenced the terms
2. and

3EITFi;i LllidIiEY 915-54i-G337


CIH, pH;, DHHS, NIEHS P.0. 3PX 12374 RESEARCH TRIAUGLE PARK, NC '7739
11. F.0.B. point 12. Inspection 8 acceptance 13. Government 8/l. no. 14. Delivery to F.O.B. point on w be 15. p-pt pay dismnts
DESTIYNTI(jN AS REQUESTED I4ET 3;)
. . .. .... .. . . . - .,. . ;;,
;- -::: . . . . .-. ... . .: . -......
-.
.. . ... .
. --- .:&.-:!..:-. ..;......
.* -'s.;;.;.~&5*~'f',i;.~~ii~.:.:~.'.
...: . .. -?. ,:::-.
.
l6i:SCHEDULE ._.-. - -.,. ., - ' -,- .-..><,.;:
- -,,*.-.,.,; .
, .::.: , , . . .;,. ;,;.
.-:,:-.. ..
' :
-.&.:...,:-:<; ;'.. . .....
. - . . . .. . . . .. . . . .....::,:.<.y
:
;:,
.<
; .,:>.
. ~.
.
:
. C
;.- '
,
%. : ...*-s;;..-.
V...?,?.
.. .. . . . '...
C . ' 4 ..?'. ,. I.
.s
'
,
-.:. :.. , '

Item Quanttty
~ m w n .t.=;'
NO.
a
CataI
- J NO.
. - - .
(4
Supplies or Services
(9 (c)
Ordered
(d) '
Unit unit price
(0)
T H I S IS A TEB? DELIVERY CiiliEF (TZC). A TER? 3ELI I'ERY OR jER Ij All "IiiDEF;NITE
'DELIVERY, QEEUIilE!<Ei.,'TC" S1;:IPi.I FIEf! kC6tl:SITOPI. T-IE PilOV ISIr3F:S C'F FAR 52.216-::I,
.?EQSIP,E>(EKTS (QCT 1585) APfLY HEzETS\ p,i.i'j ;,RE IHCO'IPOWTE] I N F !Li YE):?.
--
. .
_ -.._..
._ -.
. ^ . -
. .

THIS I S !i3T k REQUEST FOE SHiPi:IEI\;T. OqDERS WILL PE??'f C A i L Y FOR


4UAFiTITI ES THPCUGHOZT Ti!E YEfi.R.

I. ADVERTISlNG kRD i$EJiA SERVICES PER TiiE 530,300.00 500,OGO.OO -


ATniCh'Elj STATErY;E:dT i3F W3RK 4ifD

" -. - - --
--. -
17. ClassiAcaW, 18. Mail invdce to: 16 (h)
SP
Natlonrl Institutes of Health
Total from
continuation b
SB -
SmaU business W W o m a n w e d Commrclal Accounla, Room BIB39 pages
-
OTSB Other fhan small S -Sheltered 31 Center Drlvr, MSC 2045
16 O) NOT TO EXCEEB!
'
budness workshop Botherda. MD 20802-2045
Grand
M -
NJnority-owed I-American
lndianowned
Phone number tor payment inqulrler: 301496-6088
Total $500,000.09
19. FOR BILATERALAGREEMENTS ONLY: (When app/iceble. see enached Fom NIH 25553.)
Contractor's typed name and title Contractor's signature Date
Submit original 8nd one copy of in&.

.
See attached Invoice and payment
I provisions on Fonn NIH 255R1. . .
.

I
20. United States of h e r i c e 21. T d name and titie of Government representative

By (signaturn)
OP~;PA
C. LU~:IEY
1 I c f
COPiTRbCTI P.'G GfFiCEi?
NIH 2555 (Rev. 7/96) FRONT
h&d 41 @%age6 and paperr mfh order andlor contract Page No
ORDER FOR SUPPLIES OR SERVICES numbers. 2
-
16. SCHEDULE Contlnuatlon
Date of order
4/17/05
Contract no. (d my)'
GS-23 F-0030M
Order no.
IR520005
catalog NO. Supplies or Services Quenrlty
Ordered Unit Unk Pr~ce Amount
No.
la) (b) (4 (a (4 (0 (a)

I
OPTION YEAR 1'- ' -- OT TO EXCEED
Period: May 1, 2006 - ~ p r i l30, 2007 - LOT 500,000.00 500,000.00
.Adverf;is i and :Media .Serv'ices
..

OPTION YEAR 2:
- Period: May 1, 2007 - April 30, 2008 LOT
I Advertising and Media Services

THE FOLLOWING PERSONNEL

BRIDGET THOMAS
ARE AUTHORIZED TO PLACE
301-451-4334 1
PI
I S TEW DELIVE Y ORDER:

JULIA BROWN 301-451-4329


..
-- - ..

-
-,
- . .

NOTICE:
The vendor i s cautioned t h a t the Government i s not obl o purchase t h e quantities
shown; orders shall be placed i n accordance w i t h the n the Government d u r i n g
t h e designated- period. . No order or obligation n t shall occuy -unless and
until a c a l l i s placed by an authorized orderin 1i s t abovef-T j- the vendor '

c i t i n g t h i s TDO and specifying the deli very of i t s of the e s t mated


requirements shown on page 1- Vendor must o b t a -
CALL number a t the
time of t h i s c a l l . T h i s number i s vital f o r b i l ' i n g p

1 I !
I

The t o t a l requirements ordered d u r i n g the order eriod hall o t exceed t h e


amount shown i n Block 1 6 ( i ) .
Delivery shall be made as requested by the user. ( I I I
THE ATTACHED ORDERING CoNoITroNs, LIMITATIONS, A D GEnEdAL AN[ SPECIAL PROVI~IONS
ARE INCORPORATED HEREIN AND APPLY TO ALL ORDERS LACED AGAINST THIS DOCUMENT
-
-
-

PAGE SUB-TOTAL - Carry forward to first page, Item 16(h) )I


STATEMENT OF WORK

SUPPORT CONTRACT
FORTHE OFFICE OF MANAGEMENT-FOR NEW INITIATIVES (OMNI),
NATIONAL INSTITUTE OF ALLERGY AND INFECTIOUS DISEASES (NIAID)

INTRODUCTION

The mission of the National Institute of Allergy and Infectious Diseases


(NIAID) is to conduct and support research, training, health information
dissemination, and other programs with respect to allergic and immunologic
diseases, disorders, and infectious diseases, including tropical diseases.

To accomplish Institute goals, the NIAID conducts basic and clinical research
in its laboratories in Bethesda, Rockville, Frederick, Maryland, and Hamilton,
Montana and award grants, cooperative agreements and contracts to support -.
-
research - and research training in institutes throughout the United States.

NIAID anticipates the need to hire several hundred new employees over the
next three pears to develop vaccines, therapeutic drugs, and diagnostic twk:,
to combat and detect bio-terrorism agents. Therefore, immediate assistance
in outreach services for health-related and/or scientific professionals is
needed to target, acquire, and secure a skilled workforce to increase research
efforts against bio-terrorism.

SCOPE OF WORK

NIAID will contract with media buvers who will assist NIAID/OMNI
Recruitment staff to:
-

-.- Research variou; markets +o determine advertising availability that


will coordinate with other outreach and recruitment efforts statewide
and nationally;
Design advertisements when requested;
Conducts in-depth research for special publications that are of interest
to the NIAID mission at no additional costs;
Assists and develops a media plan quarterly;
Based on the direction of the Project Officer or hislher alternate, the
Contractor(s) has primary responsibility to Administer and monitor
advertisement placement activities including the negotiation for best
prices with a variety of advertising media; and track advertisements
placed on a monthly basis.
-. -
-

NIAID will evaluate each media plan and make a determination whether to
proceed.based,on funds availability and need. Only the Project Officer and
Alternate Project Officer may authorize the Contractor(s) to proceed with
placements of advertisements.
--
NIAID Project Officer:

Bridget A. Orloski
National Institutes of Health, NlAlD
Office of Management for New Initiatives
6610 Rockledge Drive, Room 2045
Bethesda, MD 20892-6602 .. --
(301) 451-4334 e-mail: borloski@niaid.nih.gov
.- .-. .-

.- . a. .

A1ternate Project Officer:

Julia Brown
National Institutes of Health, NIAID
Office of Management for New Initiatives
6610 Rockledge Drive, Room 2043
(301) 451-4329 e-mail: jbrown@niaid.nih.gov

NIH will provide the contractor with information on each advertisement and
final advertising copy. This information will include:

The publication(s) in which the advertisement is to appear;


The date(s) for the advertisement to appear;
The section or editign of the publication in which the advertisement is to
appear;
-- - The measurements of the advertisement;
Any additional specifications for the advertisement.

The contractor(~)shall assist in the design, implementation, administration and


monitoring of print advertising placement activities. Services shall include
production, typesetting, layout, copy preparation, and design. The contractor(s)
-- -
-

L
- is responsible for providing publication deadline dates. They also must provide
all price quotes including production, research, and any other management fees.
No additional charges that we not originally quoted for will be authorized for
payment.-Invoices and tear sheets shall include publication, issue date, record of
call number,-and the agency. Tear sheets must be submitted along with the
invoice in atimely manner.

The contractor(s) shall assist NIAIDIOMNI in the development of plans and


make recommendations to meet specified objectives. The following shall be --
. . considered:

Strategies for advertising placement in publication that will target the


specified audiences.

Competitive rates in the media that can reach the greatest number of
target populations at the lowest cost. -- -- .

Improved recruitment approaches and refined advertising placement


stritegies to better fulfill hiring needs.

Under the direction of the Project Officer the contractor may be required to creae.
--.- - - -
.

new advertisements formats to reflect predetermined strategies.

The Project Officer will request some specific advertising opportunities and it is
also expected that contractor(s) will present advertising opportunities within 2
business days to the Project Officer for consideration. Contractor(s) will not be
paid if opportunities are not concurred and acted upon by the Project Officer.

The Contractor(s) shall respond to all requests for deadlines, publication dates,
and cost estimates within 48 hours.
-.
-

- The Cont-ractor(s)shall maxe requested last minute changes to text within 24


hours.
- -

The Contractor(s) shall submit all proofs to the Project Officer for approval prior
to proceeding with the design. The Contractor(s) shall also submit drafts,
layouts, and photographs to the Project Officer for approval prior to preparing
the final product. The Contractor(s) shall provide at least two alternative designs
when presenting layouts for print unless otherwise specified.
The Contractor(s) shall identify advertising related opportunities that become
known and recommend whether such activities would be beneficial to the
outreach efforts of NIAIDIOMNI.
- --

The-Contractor(s) must provide a monthly report providing the following:


number 04-ds placed, size of the ad, location, cost and the positions advertised.

Progress reports shall be provided on a monthly basis. The Project Officer


-
and/or Alternate Project Office? shall meet with the contractor as often as needed, --

.. . . but not less than quarterly to review progress and performance.


OMB NO 0990-01 1 5

AMENDMENT OF SOLlCrrATlONlMODlFlCATlON OF C O M M C T
/ 1. CONTRACT ID CODE PAGE OF PAGES
I 1 2
2. AMENDMENTIMODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION 1 PURCHASE REQ N O 1 5 PRQIKTTW (ir app1,cableI
1 411212004 QJB40001 I
6. ISSUEDBY CODE 1 4
17. ADMINISTERED BY (If other than Item 6) CODE ,
National Institute of Environmental Health Sciences /OMB No. 0990-0115
Acquisit~onsManagement BranchlOM IDElTRA C. LUNNEY
-
P.O. Box 12874
Research Triangle Park, NC 27709 - I
- (919) 541-0387

i
I

8. NAME AND ADDRESSOF ~ R A C T O R ( N Ostiiet,


. crty, county, Stale a n d ZIP Code) / (x) /CIA. AMENDMENT OF SOLICITATION NO.
I I
Media Cross
2001 S. Hanley Rd., Suite 540
Sf. Louis, MO 631444
1 PB.
I
(10A.
DATED (SEE ITEM 11)

MODIFICATION O F CONTRACTIORDER N O
--
Attn: Marny Bielefeldt

/ / 1 0 ~ DATED
. (SEE ITEM 13)
CODE 1 - EDOC
/FACILITY 9/26/2003
11. THlS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
The above numbered sol~utat~on
1s amended as set forth ~nItem 14 The h w r and dale speohed for receipt of Offen C] IS extended. [3 IS not extended

Offers must acknowledge receipt of lh~samendment pnor to the hour and date speafied In the sol~otabonor as amended, by one of the fdromng methods:
-- -
(a) By cwnplet~ngItems 8 and 15. and relurn~ng recelpl of this amendment on each copy of the offer wbmned. or
copes of the amendment: (b) By acknowledg~ng
(c) Byseparate letter or telegram whtch Includes a referenceto the sol~alabonand 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 nnue
of Vus amendment you des~reto h s g e an offar already submned, such change may be made by telegram or letter, pmnded cad telegram or letter makes reference to the
sd~atat~onand th~samendment, and ISrecelved pnor to b e openlng hour and date speohed

12. ACCOUNTING AND APPROPRIATION DATA(1f required)


EIN: Jf CAN: 48335649 OC: 252V Current Obligation: $50,000.00
13. THlS ITEM APPLIES ONLY TO MODIFICATIONS'OF CONTRACTS/ORDERS. ,.,- :.:
:

IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.


A. THlS CHANGE ORDER IS ISSUED PURSUANT
)y f i rohtue&TO:
i cepS( THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.
(X)
I
8. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGEgsuch as changes in paylng ofice, appmpnafiondale, elc.BET FORTH IN
rrEM 14. PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
I
C. THlS SUPPLEMENTALAGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF.

D. OTHER (Specify lype of rnodificafionand aulhonly)


X FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000)

E. IMPORTANT: Contractor [? is not, / is required to sign this document and return 2copies to the issuing office.
14. DESCRIPTION OF AMENDMENTlMODlFlCATlON (Organized
. - by UCF section headings, including solicitation~contractsubject matter where feasible.)
The Purpose of this modification is:
-
-

1) To Exercise Option yea? 1


2) To allocate funds for the Option Year
- -
3) To summarize the impact on the contract award and obligation summary

Except as provided herein, all terms and conditions o f 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 orprint) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

-
NSN 7540 - 01 151- 8070 STANDARD FORM REV. 10-83)
PREVIOUS EDITION UNUSABLE Prescrlbed by GSA
FAR (48 CFR) 53.243
--
AMENDMENT OF SOLlClTATlONlMODlFlCATlONOF CONTRACT I1 CONTRACT ID CODE PAGE OF PAGES
I 2 2
-- .
CONTRACT # : 273-03-1-0113 / IR-300113 Mediacross, Inc.
MODIFICATION # 01

1) Contract # IR300113for Advertising & Media Services for NlAlD--is hereby modified to extend the term of the contract for
twelve (12) months from April 12,2004 through Apfil 11,2005.

2) Funds in t h e . w u n t rL$50,00.0.00 are-allocatedfor the period April 12, 2004 through April 11, 2005 by reason of this
modification.

The parties hereby mutually agree that the full forceand effect of all provisions of this modification is as follows:

a. The expiration date of September 25, 2004 is changed to April 11, 2005 by reason of this modifiation.

b. The contract amount of $50,000.00 is hereby changed to $100,000.00, which reflects an increase of
$50,000.00 by reason of this modification.

3) Summary for Clarification Purposes: Awarded Allocated


Prior to this Modification No. 1 $ 50,000.00 $50,000.00
Changed per this Modification No. 2 - 50,000.00 -- 50,000.00
CurrentlNew Totals: $1 00,000.00 $100,000.00

-- Completion Date: April 11, 2005

All Other Terms and Conditions Remain Unchanged.

.............................................................. END OF MODIFICATION------------------------------------------------------ ---

-
- -
NSN 7540 01 152 8070 - CONTINUATION PAGE STANDARD FORM 30 (REV. 10-83)
PREVIOUS EDITION UNUSABLE Prescribed by GSA
FAR (48 CFR) 53.243
.. I -.
4:RC9-:< . ,.-:- . . ..,.,... . - - -
. . ..
.
.: - ., ; .:
, ,_
,. ,.
.. .: ., ...- .- . .
-
-
-
. . M i .. ..'.;:-..:<:.);.: .-.,.. :;.;. ;5 ;!;;.k+.<,;-,t?:
. ~-. .
:;:..; .-.
.q
.. y;;-.;-'?.. . . . .
..
6. Accountinp and .PProprhtiondata
.. . .
-.-
: r - -
:-!:..[7. -. -IIS;&Z$CO&)
~.
---. ,
$(~~~-::-:~'=-:.. 7:: ~..-p?:~-?+.'. '- - :.-- - . . . - - - . - .-. . . . .
. . . . . .. . . . . . . .
. ,.:-:-.--,
r .

(.,,.. ..!;.-...:...
----.---my ---.I.

.....i : . c - .. :..,?;_ . . . .. .. .
..;,..-.. . . .... : .-.:.;
.<;.:.-<>.- ........ .;. ...::: . .. - . ... :
. . . . .. . .. ..;..': .::.:-
. ..: :'.. . ":.-
.
?
:T
.;-;. :.-
. . . . .;.:,. . . .
. .. .
. -
- . . . . . . . . . . .. . . . -

-
2- ?. . .
. .
. . . . . . . . . ...

- - ~ R D E R F O RSUPPUESOR SERV~CES...: . i . . .. . .... . ..... papwr


. . . . wvthwder end/ol paw ~ o .
-
-
.:.
;
. ..(
. .
.:':
. .
- i.sCHEDV&-
. -. . . .
Co~ln",~l&, '
...
.
. ,
-
,.:.. .:, . . -. ' .
. . I . . .

c . w ~ ~ N o . - ' ..
. . -
;Supplb or Senticst ... . . Ouantay U"1 . Unit Pfke Amowr(
. (b) (el . . Ordwed
..
;

..
(dl (01 (3 (a)
. . . .
. . . . . . . .
. . . *
. _. .. .. . . .
. . . .:;.;,: .,;.:; . ; 1:' . ....... -
..-.
:.
. . . . .
: . . .
--.
:

., .....
'
....
. ' ? . .. . .
. ., ,
.
: ,.<< .,:,,. .. 9:
. .

..
. -.
....i.<
: . .;,.:;
!
.
. . . -. - .

.. 1.. . .. . . ,. .?:. . '. .; i


-
.
: - ;-. ;,.-.;
. .. .-
.;> - c: ::
. .. . . . . . . . ... . . . . .:,
.
r,y;
..
.
. .
<
.- .. .:.
.. - .
.
.
.

. .
.

o.co -: sb;occf..oo
. . .
--
, .-. .
. . . . . . . .. . -.. .
. .: .. e.... .
..
. -
. .
.
.-
. , . . . . .... . .
. ..
. .. ., .
. . . . . .. . . .
. . . . ....
.
TERF! P;i2-CY,3.l,E ;':ynE: -
. . . . ,
. .
. I
. .
.. -.
: .
' . '. :.
. . . . . .
........ ... ... .. .. .. .. . . . . .
. ..
. . .
.:-. . . .
. .. . . . :. .. .
. . . .
. .
. . . . .
. . . . .. ;
. -. . '

-
. . . . . ::
.
. . .
.
. . . .., . . .,:.,.. .., . . .. , . . .. .. . ..
1.

.
. . .. c{;;. <,; ,;j. . . .5,-;,
......
.: . . . . . . .>. .; . . .,:. :: . . r:..
. . . .
.
:
-L
-
.
.
. . .r :- .. -
. .
.
. ,
.I. . .
. . . .: . . - .
~.
- . .: .. . . . . . . . . . .
.. .
, . , ..
. . . ,. . .
. . .. .
. . . .. .-. ... . -. .:.: ......
. . . .. .. :
. .., . .. : .... . .
, . . . -
., . . . . .
2.-
. -~ :. '.. . . .. . .. . .
. . . . . . . . .. . .
. . . . ..
. . .
. ... .. . . .
. .. .. : : - ; - . ..
. .. . . ,. . .-. . . . . >:.
. -. .. . ..
. . . . . . . . . .
., :. . .,. . . . . , . . .. . .. .. .. . .. . . . .. .... . ... .
. . . . . . . .. . . . .
. .. -. . . . . ...-.
.. -,:'. - . .
..
.. .-
: '
I . . :. . . .
. .
; .. ': . . . . . . . . . . . .
. .
.
. . .L
z .
,. . . . . . :. . .
,
.- .
. .
.-
,

-
. . . . . . . .. . . . -; .,",
,...- . ,
. . . .
.
*;:-.:;,..,:,.. . .........
.. - .1.:- . .
. . ... . .
:;:.
.-. _
. . . . .
..
..
. -
... . . . . . ''. . .
. -.
..:-, .
-.
,:

. . . .: i *,;<, . :..... . ...


. . . . . .
. . .. .:.
. .
. . . I ,. .
. . . , . . . . -. . . . . . . -,
. .. . .~. . .
'j-i;:. ;
. . . -
.:,. - ......
. .l ' :,',;? .; . -
.'
. :. ,
. .
. ::, '-r
,,;.
.
-
.
."-,..;.,q
: ;
. .
. . a . .
+:. . - . .
,. ,.. 5 T,(, '. (>.%
. ..;,:> ..: . ..8 .
, <.::.,A-.rj:.:; . . .. . . .. q.... . , ??! .>.. -2
..
5

.
.
.
.

page, Item 16(h)


.
-
- . . . . . -.",. . ..
I) '
,
:'. . . . . . .. . .. .. .. .. .. . . .... ,.

. ,. ,.. ..-... .{3.-:.",.!.;L: ....... .:.


........
.
' '
:":,
. . . .
I...!*.

.PAGE SUB-TOTAL Carry forward to fjrst . . .....


. . .",-.
. :.- .: .,.
. .
.I...
. . . . . - . . - '

MH 2556 (Rw. 11/91) . . . . . . . . .. . .. . . . . .


. . - . - .=.;.:;.- ....
..... :,:!.':.
f.'.,"..,
. . .
,.
..
' .:;!. .,.:.,,,;
.
. . .- . . . . .. .
_.P , ,

-.
*I.>

-
STATEMENT OF WORK

SUPPORT CONTRACT
FOR THE OFFICE OF MANAGEMENT EOR NEW INITIATIVES (OMNI),
NATIONAL INSTITUTE OF ALLERGY AND INFECTIOUS DISEASES (NIAID)

INTRODUCTION

--
The mission of the National Institute of Allergy and Infectious Diseases
(NIAID) is to conduct and support research, training, health information
dissemination, and other programs with respect to allergic and immunologic
diseases, disorders, and infectious diseases, including tropical diseases.

To accomplish Institute goals, the NIAID conducts basic and clinical research
-
in its laboratories in Bethesda, Rockville, Frederick, Maryland, and Hamilton,
Montana and award grants, cooperative agreements and contracts to support
research-.
and research training in institutes throughout the United States.

NIAID anticipates the need to hire several hundred new employees over the
next three years to develop vaccines, therape~tic~drugs, ---
and diagnostic t o- d s =<

to combat and detect bio-terrorism agents. Therefore, immediate assistance


in outreach services for health-related and/or scientific professionals is
needed to target, acquire, and secure a skilled workforce to increase research
efforts against bio-terrorism.

SCOPE OF WORK

NIAID will contract with media buyers who will assist NIAIDIOMNI
Recruitment staff to:
-
-
<

. Research variouzmarkets to determine advertising availability that


will coordinate with other outreach and recruitment efforts statewide
- . and nationally;
Design advertisements when requested;
Conducts in-depth research for special publications that are of interest
to the NIAID mission at no additional costs;
Assists and develops a media plan quarterly;
Based on the direction of the Project Officer or his/her alternate, the
Contractor(s) has primary responsibility to Administer and monitor
advertisement placement activities including the negotiation; for best
prices with a variety of advertising media; and track advertisements
placed on a monthly basis.
- -
-

NIAID will evaluate each media plan and make a determination whether to
puceeb-based an funds availability and need. Only the Project Officer and
Alternate Project Officer may authorize the Contractor(s) to proceed with
placements of advertisements.
-

NIAID Project Officer:

Bridget A. Orloski
National Institutes of Health, NIAID
Office of Management for New Initiatives
6610 Rockledge Drive, Room 2045
Bethesda, MD 20892-6602 -.
.. - .

(301) 451-4334 e-pail: borloski@niaid.nih.gov


*-

Alternate Project Officer:

Julia Brown
National Institutes of Health, NIAID
Office of Management for New Initiatives
6610 Rockledge Drive, Room 2043
(301) 451-4329 e-mail: jbrown@niaid.nih.gov

NIH will provide the contractor with information on each advertisement and
final advertising copy. This information will include:

The publication(s) in which the advertisement is to appear;


. The date(s) for theadvertisement to appear;
The section or edition of the publication in which the advertisement is to
appear;
The measurements of the advertisement;
Any additional specifications for the advertisement.

The contractor(s) shall assist in the design, implementation, administration and


monitoring of print advertising placement activities. Services shall include
production, typesetting, layout, copy preparation, and design. The contractor(s)
is responsible for providing publication deadline dates. They also must provide
all price quotes including production, research, and any other management fees.
No additional charges that we not originally quoted for will be authorized for
paymentr Invoices and tear sheets shall include publication, issue date, record of
call number, and the agency. Tear sheets must be submitted along with the
invoice ikatimely manner.

The contractor(s) shall assist NIAIDIOMNI in the development of plans and


make recommendations to meet specified objectives. The following shall be
.- - considered:

Strategies for advertising placement in publication that will target the


specified audiences.

Competitive rates in the media that can reach the greatest number of
target populations at the lowest cost. --

Improved recruitment approaches and refined advertising placement


strategies to better fulfill hiring needs.

---.e = .
Under the-direction of the Project Officer the contractor may be required to create .-

new advertisements formats to reflect predetermined strategies.

The Project Officer will request some specific advertising opportunities and it is
also expected that contractor(s) will present advertising opportunities within 2
business days to the Project Officer for consideration. Contractor(s) will not be
paid if opportunities are not concurred and acted upon by the Project Officer.

The Contractor(s) shall respond to all requests for deadlines, publication dates,
and cost estimates within 48 hours.
-
<

The Contractor(s) shall m&e requested last minute changes to text within 24
hours.

The Contractor(s) shall submit all proofs to the Project Officer for approval prior
to proceeding with the design. The Contractor(s) shall also submit drafts,
layouts, and photographs to the Project Officer for approval prior to preparing
the final product. The Contractor(s) shall provide at least two alternative designs
when presenting layouts for print unless otherwise specified.
The Contractor(s) shall identify advertising related opportunities that'become
known and recommend whether such activities would be beneficial to the
outreach efforts of NIAID/OMNI.
- -
-

The Contractor(s) must provide a monthly report providing the following:


n u d e r o h d s placed, size of the ad, location, cost and the positions advertised.

Progress reports shall be provided on a monthly basis. The Project Officer


and/or Alternate Project Officer shall meet with the contractor as often as needed,
but not less than quarterly to review progress and performance.
OMB NO.0990-01 15
--
11. CONTRACT ID CODE
I I OF PAGES
PAGE 7
AMENDMENT OF SOLlClTATlONlMODlFlCATlON OF CONTRACT
I L

2 AMENDMENTIMODIFICATION NO. 13. EFFECTIVE DATE 14. REQUISITION IPURCHASE REQ N O 5 PROJKTTNO j/i apo, cab e l
1 1 411212004 1 QJB40001
6 ISSUEDBY CODE I 17. ADMINISTERED BY (If other than Item 6) CODE ,
Nat~onallnst~tuteof Environmental Health Sciences
Acqu~sit~onsManagement BranchlOM
P.O. Box 12874 -
-----I -
OMB No. 0990-0115
DEITRA C. LUNNEY
(919) 541-0387
Research Triangle Park, NC 27709 - 1I 'i
8. NAME AND ADDRESS OF CUNTRACTOR(No. s h e ( , city, county, State and ZIP Code) (X) 9A. AMENDMENT OF SOLICITATION NO

Media Cross
2001 S. Hanley Rd., Suite 540

z .
St. Louis, MO 631444

Attn: Marny Bielefeldt


1
I
198.

10A.
DATED (SEE ITEM 7 1 )

MODIFICATION OF CONTRACTIORDER NO
--

CODE /FACILITY CODE 912612003


! 1
273-03-1-01131 IR-300113
/10B. DATEDlSEE ITEM RI

11. THlS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS


The above numbered solialalion is amended as set forth in Item 14 The hour and dale speafied for receipt of Offen is extended / is no1 extended
Offers must acknowledge receipt of lhls amendment pnor to the hour and dale speofied In the sollalallOn or as amended, by one of the follMvlng methods:
-
(a) By completing Items 8 and 15, and retumlng copies of the amendment: (b) By acknowledging re~elptofthis amendment on each copy of the offer wbm~tled.or
(c) By separate letter or lelegrarn which indudes a reference to the solialalion 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 nrtue
- of Uns amendment you desire to-nge an offer already submLed, such change may be made by telegram or letter, pmnded each telegram or letter makes reference to the
solialalion and this amendment, and a received pnor lo the openlng hour and date speafied

12. ACCOUNTING AND APPROPRIATION DATA(1f required)


EIN: 1431-3987-6001 CAN: 48335649 OC: 252V Current Obligation: $ 50,000.00
13. THlS ITEM APPLIES ONLY TO MODIFICATIONS-OFCONTRACTSlORDERS...-s,-,.-
IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.
A. THlS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authonfy) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 1OA.
(x)
I
10. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVECHANGEgsud as changes In payng ofice, appmpnation dale, etc.ZjET FORTH IN
I ITEM 14. PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

C THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF.

D. OTHER (Specify type ofmodiriwtion and authonfy)


X FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000)

E. IMPORTANT: Contractor is not, is required to sign this document and return 2copies to the issuing office.
14. DESCRIPTION OF AMENDMENTIMODIFICATION (Organized by UCF section headings, including s o l i c i t a t i o d c o n t r a c t subject matter where feasible.)
The Purpose of this modification is:
-
-

1) To Exercise Option yea;; 1


2) To allocate funds for the Option Year
3) To summarize the impact on the contract award and obligation summary

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) 116A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
I

Deitra C. Lunney, Contract~ngOff~cer


115C DATE SIGNED 16B UNITED STATE 1 1 6 ~DATE SIGNED
I

(srgnatur$Pf aulhor#ed ro SIP)


L 4/
0
fSrgnature o r ~ o n n & l r n Oflcer)
~
~l la-locc
NSN 7540 - 01 - id-8070 STANDARD FORM 30(REV. 10-83)
PREVIOUS EDITION UNUSABLE Prescrlbed by GSA
FAR (48 CFR) 53.243
--
AMENDMENT OF SOLlClTATlONlMODlFlCATlON OF CONTRACT 11. CONTRACT ID CODE $PAGEOF PAGES
2 2
-

s :=
=
CONTRACT # : 273-03-1-01 13 1 IR-300113 Mediacross, Inc.
MODIFICATION # 01

1) Contract # IR30011&for Advertising & Media Services for NlAlD


=
is hereby modified to extend the term of the contract for
twelve (12) months from April 12,2004 through April 11,2005.

2) Funds In the a_qgunt$L$50,000.(30 are allocated for the per~odApril 12, 2004 through Aprrl 1I , 2005 by reason of th~s
modificat~on.

The parties hereby mutually agree that the full forceand effect of all provisions of this modification is as follows:

-. .-
a. .The expiration date of September 25, 2004 is changed to April 11, 2005 by reason of this modifiation.

b. The contract amount of $50,000.00 is hereby changed to $100,000.00, which reflects an increase of
$50,000.00 by reason of this modification.

3) Summary for Clarification Purposes: Awarded Allocated


Prior to this Modification No. 1 $ 50,000.00 $ 50,000.00
Changed per this Modification No. 2 50,000.00 - 5O;OOO.OO
CurrentINew Totals: $100,000.00 $100,000.00

Completion Date: - April 11, 2005

All Other Terms and Conditions Remain Unchanged.

- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - OF MODIFICATION-----------------------------------------------------------

-
- -
NSN 7540 01 152 8070 - CONTINUATION PAGE STANDARD FORM 30(REV. 10-83)
PREVIOUS EDITION UNUSABLE Prescrlbsd by GSA
FAR (48 CFR) 53.243
STATEMENT OF WORK

SUPPORT CONTRACT
FOR T H E OFFICE OF MANAGEMENT FDR NEW INITIATIVES (OMNI),
NATIONAL INSTITUTE OF ALLERGY AND INFECTIOUS DISEASES (NIAID)

INTRODUCTION

The mission of the National Institute of Allergy and Infectious Diseases


(NIAID) is to conduct and support research, training, health information
dissemination, and other programs with respect to allergic and immunologic
diseases, disorders, and infectious diseases, including tropical diseases.

To accomplish Institute goals, the NIAID conducts basic and clinical research
in its laboratories in Bethesda, Rockville, Frederick, Maryland, and Hamilton,
Montana and award grants, cooperative agreements and contracts to support
--
research and research training in institutes throughout the United States.

NIAID anticipates the need to hire several hundred new employees over the
next three years to develop vaccines, therapeutic-drugs, and diagnostic tog-& -,
-
to combat and detect bio-terrorism agents. Therefore, immediate assistance
in outreach services for health-related and/or scientific professionals is
needed to target, acquire, and secure a skilled workforce to increase research
efforts against bio-terrorism.

NIAID will contract with media buyers who will assist NIAIDIOMNI
Recruitment staff to:
--
- .- Research variougmarkets to determine advertising availability that
will coordinate with other outreach and recruitment efforts statewide
and nationally;
Design advertisements when requested;
Conducts in-depth research for special publications that are of interest
to the NIAID mission at no additional costs;
Assists and develops a media plan quarterly;
Based on the direction of the Project Officer or h i s h e r alternate, the
Contractor(s) has primary responsibility to Administer and monitor
advertisement placement activities including the negotiatio* for best
prices with a variety of advertising media; and track advertisements
placed on a monthly basis.
-,
-
-

NIAID will evaluate each media plan and make a determination whether to
ppr'cicee-eased on-funds availability and need. Only the Project Officer and
Alternate Project Officer may authorize the Contractor(s) to proceed with
placements of advertisements.
-

NIAID Project Officer:

Bridget A. Orloski
National Institutes of Health, NIAID
Office of Management for New Initiatives
6610 Rockledge Drive, Room 2045
Bethesda, MD 20892-6602 -
(301) 451-4334 e-mail: borloski@niaid.nih.gov
. --
Alternate Project Officer:

Julia Brown
National Institutes of Health, NIAID
Office of Management for New Initiatives
6610 Rockledge Drive, Room 2043
(301) 451-4329 e-mail: jbrown@niaid.nih.gov

NIH will provide the contractor with information on each advertisement and
final advertising copy. This information will include:

The publication(s) in which the advertisement is to appear;


The date(s) for thea-dvertisement
- to appear; ---
A-- a

The section or edition of the pblication in which the advertisement is to . --


appear;
The measurements of the advertisement;
Any additional specifications for the advertisement.

The contractor(s) shall assist in the design, implementation, administration and


monitoring of print advertising placement activities. Services shall include
production, typesetting, layout, copy preparation, and design. The contractor(s)
is responsible for providing publication deadline dates. They also musi provide
all price quotes including production, research, and any other management fees.
No additional charges that we not originally quoted for will be authorized for
payment. finvoices and tear sh-eets shall include publication, issue date, record of
call number, and the agency. Tear sheets must be submitted along with the
invoke-in ehmely-manner.

The contractor(s) shall assist NIAIDIOMNI in the development of plans and


make recommendations to meet specified objectives. The following shall be
- - considered:

Strategies for advertising placement in publication that will target the


specified audiences.

Competitive rates in the media that can reach the greatest number of
target populations at the lowest cost. --

Improved recruitment approaches and refined advertising placement


strategies to better fulfill hiring needs.

Under the direction of the Project Officer the contractor may be required to cr_e_a_e,.
new advertisements formats to reflect predetermined strategies.

The Project Officer will request some specific advertising opportunities and it is
also expected that contractor(s) will present advertising opportunities within 2
business days to the Project Officer for consideration. Contractor(s) will not be
paid if opportunities are not concurred and acted upon by the Project Officer.

The Contractor(s) shall respond to all requests for deadlines, publication dates,
and cost estimates within 48 hours.
--
.-
- The ~oniractor(s)shall mare requested last minute changes to text within 24
hours.
- -

The Contractor(s) shall submit all proofs to the Project Officer for approval prior
to proceeding with the design. The Contractor(s) shall also submit drafts,
layouts, and photographs to the Project Officer for approval prior to preparing
the final product. The Contractor(s) shall prokide at least two alternative designs
when presenting layouts for print unless otherwise specified.
The Contractor(s) shall identify advertising related opportunities thatbecome
known and recommend whether such activities would be beneficial to the
outreach efforts of NIAID/OMNI.
-
-

The Contractor(s) must provide a monthly report providing the following:


number crfads placed, size of the ad, location, cost and the positions advertised.

Progress reports shall be provided on a monthly basis. The Project Officer


and/or Alternate Project officer shall meet with the contractor as often as needed, --
but not less than quarterly to review progress and performance.
REQUEST FOR TASK ORDER PROPOSALS

SCOPE OF WORK - TASK ORDER #NICS-CT001

PROPOSED-PERIOD OF PERFORMANCE: May 1 ,=2001 - April 30, 2004

A. TASK DESCRIPTION: =

Scientists, ethicists, and community representatives all agree that a successful HIV vaccine
research program requires two equally important ingredients. First, we rieed strong vaccine
candidates and second, we need a social environment that is supportive of testing the
vaccines in human trials. Building upon the belief that a preventive HIV vaccine represents
the best hope of ending the AIDS pandemic, the Division of AIDS (DAIDS), National
Institute of Allergy and Infectious Diseases WIAID) is currently developing a national
communications campaign to: 1 ) increase awareness of the urgent need for an HIV vaccine
within communities most affected by HIVJAIDS, 2) create a supportive environment for
current and future vaccine trial volunteers, and 3) improve the public's perceptions and
attitudes toward HIV vaccine research.

To support this campaign, NIAID has convened a National HIV Vascine Communications
Steering Group. Made up of organizations and advocates that represent HIV-affected
communities and national leaders in the area of HIVIAIDS, the mission of the Steering Group
is to advise NJAID on the development and implementation of the national communications
campaign to create a supportive environment for study volunteers to participate in trials.
Building on existing research, the initial phase of this plan will focus on conducting baseline
research on the knowledge, attitudes, information resources of HIV affected communities,
and defining the social and information networks of potential trial volunteers. If our clinic&= '= -
research study schedule is maintained and the results are as expected, a large-scale efficacy
trial (10,000+ volunteers) could start as early as July 2002.

Focusing on communities most affected by HIVIAIDS, the NIAID campaign must create both
a supportive climate for large research studies within the next 24-36 months, and also
sustainable support that will endure until a vaccine is licensed and available.

Promoting education, trust, attitudinal change, and community support for a program of this
magnitude, on a politically charged topic such as HIV/AIDS, requires highly targeted social
marketing and communications efforts. The Institute is seeking contract assistance to
develop, implement, and evaluate this communications campaign.

Project Goal: -
-
--
To create a lhng lasting and sustainable envitinment in which HIV affected communities and
individuals at higher risk for HIV infection are more aware, educated, and supportive of HIV
vaccine clinical trials and have more positive attitudes towards trial volunteerism.

Research 0bjectives

To measure the baseline knowledge and attitudes toward HIV vaccine research among target
communities within the first 6 months of the contract award.

To determine what information is required by target communities to address the mistrust,


myths, and misinformation about HIV vaccine research within the first 6 months of the
contract award.
To identify how and what information should be provided to target audiences to promote
more positive attitudes toward HIV vaccine research within the first 6 months of the
contract award.
- -
-

Communications objectives

To foifG-an a a n c e d n'ational dialogue concerning HIV preventive vaccines with the goal of
increasing knowledge and fostering more positive attitudes towards vaccine research and
volunteerism in target communities as measured by pre and post campaign research
-
To inform affected communities and individuals at higher-risk for HIV infection about the
hope that a vaccine brings for ending the AIDS pandemic. Messages will reinforce the idea
- -
that an HIV vaccine is possible and convey the urgent need for research to develop a
preventive HIV vaccine, using positive, proactive, culturally-sensitive messages and
strategies.

Programmatic Objectives

To create a partnership program with national, regional, and local organizations in the field
of HIV/AIDS and public health to encourage and facilitate broad-based support for HIV
..
vaccine research. Organizations currently represented on the National HIV Vaccine
- Communications Steering Group include:
- - - . .
. . .
Academy for Educational Development
AIDS Alliance for Children, Youth & Families
AIDS Vaccine Advocacy Coalition ..
. --.-. -- -- --
Black Entertainment Television
Centers for Disease Control and Prevention, National Center for HIV, STD, and TB
Prevention
Health Resources and Services Administration, Bureau of HIVIAIDS, Division of
Community-Based Programs, Program Development Branch
HIV Vaccine Trials Network
National Association for the Advancement of Colored People
National Association of People with AIDS
National Medical Association
National Minority AIDS Council
National Network for Immunization Information
National Newspaper Publishers Association
National Youth Advocacy Coalition
. .-
Office of Minority .HeaI+h
VaxGen,
..- lnc; *
. . . ._ - - - -

To support, on a national level, the education efforts of the HIV Vaccine Trials Network
- -- (HVTN) in recruiting informed participants for HIV vaccine clinical trials.

B. RESPONSE DUE DATE:

March 28, 2001, 4:00 PM EST

C . BACKGROUND:

Tremendous progress has been made in combating HIV infection in the U.S. and other
industrialized countries. With the advent of highly active anti-retroviral therapy (HAART)
to treat HIV infection, and drug regimens to reduce maternal-infant transmission,:deaths to
due HIV in the U.S. have dramatically decreased. Yet. new infections continue to occur in this
country and worldwide. There is an urgent need to find effective measures to prevent new
HIV infections, particularly in those parts of the world where HIV continues to spread
unabated. .- . -

The U.S. government, with the Department of Health and Human Services as the lead
a g e n w - s u p p r t s research on many HIV prevention approaches, including identificat~onof
practical and affordable drug approaches to prevent maternal-infant transmission: educat~on
and behavioral modification; drug abuse treatment; provision of condoms; topical
microbicides; treatment of other sexually transmitted diseases; and immunization. Histoq
- suggests that effective immunization will provide the most effective, affordable, long-term
approach to stopping the spread of HIVIAIDS.
= -

Several lines of evidence support the contention that a safe and effective vaccine against
HIVIAIDS is possible. Vaccines against other diseases where correlates were not known and
where there were no ideal animal models have been developed. Experimental HIVIAIDS
vaccines have proven efficacious to varying degrees in stringent animal model tests that use
virus challenges that are significantly higher than what is believed to occur in most human
exposures.' In light of these developments, an HIV vaccine presents the best hope of ending
this pandemic. -
-
.
.

Target Audiences .

-
To create a-ational environment that is supportive of HIV vaccine research, NIAID must
target its message to many overlapping audiences. Messages developed for different audience
segments must support and reinforce each other, while concomitantly addressing the issues
unique to the target audience in an appropriate and sensitive-manner. . .--- _
- -- . -_
The primary target audiences for the DAIDS national communications efforts are the
communities most affected by HIVIAIDS. These communities contain the social networks of
those at increased risk for I-IIVfAIDS and those considering trial participation. The secondary
target audiences for the DAIDS national communications plan are the organizations and
individuals that are informational gatekeepers to these communities.

Definition of Target Audiences

To foster a national atmosphere that is conducive to the development of an HIV kaccine,


affected communities must first be aware of the issues that surround I-IIV vaccine
development, and then be supportive of continuing HIV vaccine research. Affected
communities are defined as those that bear a disproportionate burden of disease or an
increasing incidence of HIV i n k t i o n . Those at increased risk for NIV infection, their social
. - networks, and information gatekeepers are tfie target audiences for the DAIDS
communications plan.
-- .-
The African-American community continues to bear a disproportionate burden of the
epidemic and there are indications that infection rates in Latino communities are increasing.
Within the African-American and Latino communities, youth and gay men bear a
disproportionate burden of I3IV infection. (It is important to note that racelethnicih is not a
risk factor for HIV infection; however, the social and economic factors associated with race

I Text from the National Institute of Allergy and Infectious Diseases, Division of AIDS "I-flV Vaccine
Development Status Report: May 2000" Full report available at:
http://www.niaid.nih.gov/daids/vaccine/whsumma~status.htm
ethnicity, such as high poverty rates, unemployment, lack o f access to health car; are
associated with increased risk.) Men who have sex with men (MSM) remain one of the groups
at h~ghestrisk for acquiring HIV infection. Young gay men and young gay men of color are
also at increased risk. Injection Drug Users (IDU) and female partners of IDUs as well as
other heterosexual women at risk continue to be highly impacted by the ep~demic.Therefore.
the overlapping communities that have been identified as bearing a disproportionate or
. _ . _ _ I --
increasing burden of HIV infection include the:
- . -
African American and Latino Communities
- African American and Latino Women
- African American and Latino Youth
Men who have sex with men (MSM)
- African American and Latino MSM
- Young MSM
Injecting Drug Users (IDU)
- Women at Risk

Creating a supportive environment for HIV vaccine research must actively engage affected
communities, which include many of the social networks of individuals at higher risk of HIV
infection. This social network can be defined as the persons with whom higher-risk
individuals routinely interact, as well as institutions that are an important part of their lives.
This includes family members, sexual partners, significant others, friends, churches and faith-
based organizations, community-based organizations (CBOs), AIDS service organizations
(ASOs), local and state health departments, local elected officials, and colleges. These have
been i d e n t i f z as sources of valued and trusted information. Messages must address the key
issues that are salient to these audiences.

Other organizational audience targets include various federal=government departments an&;= :=


agencies, national associations, and policy-making groups. These groups are important as
they serve as information resources, and support the work of gatekeepers. The importance of
reaching gatekeepers in these communities cannot be underestimated.

Need for a National HIV Vaccine Communications Campaign: Environmental Scan


While more fundamental research is necessary, the following are some points from previous
research with respect to target communities:

As a result o f historic research abuses such as the Tuskegee Syphilis Study, African
American's attitudes toward HIV vaccine research can be defined as a mixture of urgency
and mistrust. Even with this skepticism, there is support for HIV vaccine research within
African American communities. Ninety four percent of African Americans supported
government spending on the HIV vaccine effort, and 47% thought it should be the
= government's top spendin&priority (KFF 1998). '
-.The 1998 Kaiser Family Foundation su&ey of African Americans on HIVIAIDS found
that HIVIAIDS knowledge among African Americans was high (KFF March 1998, p. 18).
Awareness of vaccine issues, however, was not as prevalent. The survey found 67% o f
African Americans polled were aware that there is no HIV vaccine currently available.
Twenty percent were unsure and 13% incorrectly thought there was an HIV vaccine (KFF
March 1998, p. 19). '
Sixty eight percent of Latinos are aware that there is no vaccine available to protect a
person from AIDS, however, 20% incorrectly believe that a vaccine is available
'
(compared to 5% of the general public). In addition, the Kaiser Family Foundation
survey found that there were "differences in perceptions, knowledge and information
sources regarding HIV/AIDS within the Latino population. These differences appear to be
related to language of interview, ethnicity, region, income, education, religion, gender,
and age, factors which have been identified by other researchers as playing a role in HI\'
risk and related behaviors and a t t ~ t u d e s . " ~ . ~
When asked to rank government HIV/AIDS spending priorities, within Latino
communities, vaccine research ranked first (43%), followed by education/prevention
(33%) and treatment research (I 1 %) [KFF May-1 998, pg. 71. '
The opinions of trusted community leaders are important to gay men considering HIV
vaccine trial participation.2
In-alCDC-study that examined the willingness to enroll in an HIV vaccine trial in three
affected communities, 4 1.4% of participants stated that they would not enroll, 46.6%
said that they would enroll, and 12.6% said they were unsure. Perceived risks to trial
participation included fears of negative side effects and risk of contracting HIV from the
vaccine. Information regardingthe research process should address issues of distrust and
confidentiality, potential social harms from trial participation, future assistance with
trial-related complications, and the availability of a l~censedvaccine to affected
communities. 5'6

Sources cited for audience data:

1. The Kaiser Family Foundation. "The Kaiser Family Foundation Survey of African
Americans on HIV/AIDS." Package code #I372 March 1998: 1-30. Full report available at:
. http:llwww.kff.org/content/archive/1372/ and "The Kaiser ~ a m i l ~ = ~ o u n d a t National
ion
Survey Latinos on HIV/AIDS." Package code # 1392. May 1998: 1-23. Full report available
- .

.
.

. --
at: l t t ~ ) : ! ' !~1v.kff.oreiconte1~t/archivell392/
~ .
2. Hays, R:, Kegeles, S. "Factors related to the willingness of young gay men to participate in
preventive HIV vaccine trials." Journal of Acquir Immune Defic Syndr Hum Retrovirol.
1999;20(2): 164-7 1.
3. Marin, B. and Gomez, C. (1994). "Latinos, HIV Disease arrd Culture: Strategies for HIV2a
Prevention;" The AIDS Knowledge Base.HIV InSite; Peragallo, N. (1996).
4. Center for AIDS Prevention. "UCSF Fact Sheet: What Are Latinos' HIV Prevention
Needs?" National Council of La Raza (1996). Center for Health Promotion HIVIAIDS
lnformation Guide: HIV/STDs and Hispanic Women.
5. Strauss, R., Sengupta, S., et al. "Willingness to volunteer in future preventive HIV vaccine
trials: Issues and perspectives from three U.S. communities." JAIDS 2001;6:63-71.
6. Lagan, M., Collins, C., "Paving the Road to an HIV Vaccine: Employing tools of public
policy to overcome scientific, economic, social and ethical obstacles." Center for AIDS
Prevention Studies, AIDS research Institute, University of California, San Francisco.
Monograph Series: December 1 , 1998.
. D. STATEMENT OF WORK:

The following Statement of Work describes seven (7) separate components for ease
of understanding. However, it should be noted that these components are highly
inlegrated and the narrative approach and budget must indicate an understanding that
demonstrates that integration.

C o m g ~ n e n t - l :- Meet- with= Key Personnel

The contractor will meet with NIAIDmAIDS staff, people involved in the H V l p , and
members of the National HIV Vaccine Communications Steering Group to become familiar
- with the history, mission, issues, ana objectives of the National HIV Vaccine
Communications Plan, the National HIV Vaccine Communications Steering Group, and the
- . : .HIV Vaccine Trials Netwo'rk.

Tasks:
In the first 30 days of the contract award, the contractor will collaborate with
NIAID and the National HIV Vaccine Communications Steering Group in refining /
finalizing the proposed communications campaign, which includes identification of
major research initiatives, timelines, and cost proposals.
Facilitate and support the full day, quarterly meetings of the Gational HIV Vaccine
Steering Group, to be heid at various national locations. f i i s support includes but is
not limited to: ;

- Securing conference space, audio/visual support, food and beverage service for the
meeting.
- Arranging for hotel accommodations and travel arrangements for the 15-25
steering group participants and, on occasion, providing per diem payments.
- Producing pre-meeting handbooks and follow-up=summary documents. For -A::=.:
&ample, recording/drafting/editing/distributingmeeting summaries, minutes, and
attendance records.
Facilitate and support the monthly conference calls associated with the work of the
National HIV Vaccine Communications Steering Group, producing pre-call
handbooks and follow-up sumrnary documents, as mentioned above.
Facilitate and support information transfer between the HVTN, the steering group
and NIAID staff through an exchange of meeting and conference call minutes,
research updates, and other relevant materials.

Component 2: Communications Research


'

In order to develop messages. multimedia tools and identi@ information networks, the
contractor will recommend, justi@, and conduct research (e.g. in-depth interviews, focus
groups, andlor other q u a n t i t a t s ~and qualitative research) to gather baseline information on
m .. - --each of the target audience's awareness, amiudes; and support of HIV vaccine research. This

research will inform the development of the national communications strategy and be used to
evaluate the success of the program.
I - 7

Contractors must provide evidence of successful experience in the conduct of community-


based research in populations historically distrustful of medical research efforts initiated by
the U.S. Government.

Tasks:
Assess the impact of prior HIV vaccine education and trial recruitment messages and
materials on health care professionals, target audiences, and national community-
based organizations.
Review the existing print and audiovisual messages related to HIV vaccines-and other
relevant vaccines and assess anti-vaccine messages.
Develop study design to utilize qualitative and quantitative research methodologies to
gather baseline information on target audiences.
Condiict research to assess baseline levels of HIV vaccine awareness, attitudes, and
concerns within specific target audiences.
:
Use secondary
..: ==-* -a.
and., ifnecessary, primary research to determine the best avenues for
-,

message dissemination.
Following message development and dissemination, evaluate the impact of messages
on awareness, knowledge, and attitudes towards vaccine research.
.-
.

Component 3: Development of Messages and Communication Tools

The contractor will create culturally appropriate messages and materials (print, audiovisual,
and electronic tools) for communications about HIV vaccine research with the target
audiences and their information gatekeepers. The contractor will develop promotion plans
to disseminate information tools to affected communities and health professional audiences
and track the level of distribution. The contractor will ensure that these messages and
communications tools are clear, consistent, and culturally appropriate for target audiences.
While the form, content, geographic focus, and number of these messages will be determined
by the baseline research in each target audience, suggested tasks may include:
-- -.
Tasks: . -,-
... ... ..

.. .. . a -. ,
eve lo^ preliminary message concepts for each target audience with direct input
from members of affected communities.
Pretest and refine messages through qualitative and quantitative research.
.
Solicit- feedback on messages and materials from WTFJ community educators prioi=-b.=; -.
.

use.
Create a strong vaccine campaign identity - a memorable logo and slogan
incorporated in a distinctive design that will be culturally appropriate to the target
communities and will unify elements in the campaign.
Translate and adapt materials as necessary.
- Design and draft backgrounder kits of print materials including brochures, fact sheets,
posters, and ad templates.
Evaluate the effectiveness and utility of the publications targeted to affected groups.
Create an HIV vaccine exhibit for 10 national conferences.
Create a media kit with current background information for spokespeople.
Create video(s) for lay audiences.
Develop a series of print, radio, and TV public service announcements regarding HIV
vaccine research for phcement at different times over the project period. -..-
.-
..
Develop computer base&rnultimedia,/internet-based communication tools. .. - . i
, - -
' >'
~ e c n materials
e as needed and create new materials as issues arise.

- ...
As health care providers may be identified as important information gatekeepers for target
communities, outreach and education for health care providers may be used to reinforce the
messages for target audiences. Message developn~entfor health care providers may include
the following tasks:

Access publications that provide listings and calendars of major conferences, events,
and trade shows of national organizations to allow for advance planning and for
determining the most important ones to target.
Make recommendations on opportunities for exhibiting at relevant professional
conferences and for targeted mailings to key professional organizations.
Evaluate the effectiveness and utility of the publications targeted to heal&
professionals.
Create an HIV vaccine exhibit for 10 national conferences.
Create a media kit with current background information for national spokespeople.
Create video(s) for professional audiences. =

Component 4: Develop Partnerships and Spokespersons


_ -- -- =

The contractor will work with NIAID staff and the Steering Group to create partnerships
with organizations that are leaders within the target communities, public health, and/or field
of HIVIAIDS. Many of the partnerships have already been created through the formation of
the National HIV Vaccine Communications Steering Group. The contractor will develop a
formalized partnership structure to encourage and facilitate gatekeepers to sign-on for active
participation in a national HIV vaccine movement. The contractor will investigate
partnerships with interested corporations and foundations to complement national education
activities.

The contractor will also work with the Steering Group to identify and recruit notable
individuals in each audience group with whom audience members identify and who will be
actively supportive of program objectives. Working with audience group thought leaders, the
contractor will develop a preliminary list of spokesperson candidates and field-test these
along with desired spokesperson attributes in the focus groups being conducted for messages
and communications materials testing. In addition, the contractor will work to incorporate
vaccine dev~lopmentinto the lexicon of government representatives speaking on behalf of
the government's response to HIV/AIDS.

Tasks:
Identify potential organizations for partnerships:- -- - ---- .
-..-
Meet with key partners and establish clearly defined expectations.
Investigate partnerships with corporations and foundations interested in
complementing the work of the communications plan.
Identify and develop a pool of approximately six spokespersons that ~ l i l reach
l
the different target aud~ences
Provide key talking po~ntsto spokespersons on bi-monthlylquarterly basis.

Component 5: Cultivate Media Relations

The contractor will cultivate relationships with key national and regional media
representatives. The contractor will employ a proactive approach for generating supportive
media coverage about HIV vaccine issues. Suggested tasks include:

Tasks:
- -
-
.-
-
.'.
Promote the ongoing disseminationbf messages that support HIV vaccine research
including print, broadcast and interactive briefings, newslfeature initiatives and other
activities.
Promote the ongoing dissemination of messages that highlight HIV vaccine research
and its role in the fight against AIDS.
Provide media training for spokespersons identified.
Assist NIAID staff by developing media alerts, speeches, sound bytes, press kits, and
media training.
Develop and maintain up-to-date lists of media contacts (top 50 reporters) for
television, print media, and internet in the areas of HIV/AIDS, STDs, minority
health, and gay issues.
Conduct media campaign around HIV Vaccine Awareness Day 2002, 2003.
Conduct media campaign around World AIDS Day 2001, 2009, 2003.

Component 6: Develop a Crisis and Issues Communications Plan


- -
-
The more controversial a subject, the more likely it is to generate a communications crisis.
Rapid, clear, and strategic responses are essential to manage crisis issues effectively. The
contraZT6r wilzdentify cspecific approaches for both proactive and reactive strategies for
targeted audiences.

Tasks: -
Identify potential controversial issues and develop responses. Anticipate
communication issues; assess risks and weaknesses.
Establish a crisis communications plan, inform key leaders, train spokespersons.
Develop messages and test as necessary.
Assist with responses to public inquiries or letters regarding the campaign, including
responses to negative inquiries and requests.

Component 7: Evaluation Plan

The contractor will develop a systematic mechanism to evaluate the effectiveness of


program initiatives and provide necessary information for program modification over time.
This process evaluation will also indicate the level of participation and satisfaction of ---
intermediarips and partners involved in the program activities.

Evaluation will also provide measures of message dissemination and exposure, using clipping
services, public service monitoring reports, and other methods as needed. Most importantly,
measures will- reveal how often the target audiences are being-~xposedto key messages, ho&= ---- .
they are using the materials, and how they are responding to the message content. Results of
the evaluation may indicate that adjustments need to be made to increase the effectiveness of
the program activities.

Tasks:
Provide ongoing monitoring and program process evaluation.
- For example, monltor the success of partnerships, collaborations with the
steerlng group and the HVTN, frequency of message dissemination and audience
response, etc.
Conduct outcome and impact evaluation.
- For example, evaluate the impact of the program on raising levels of awareness
and knowledge and promoting more positive attitudes towards HIV vaccine
research within thetarget audiences. --- d

- .-
-t
- --
E. REPORTING REQUIREMENTS
- --

Quarterly Progress Reports ..

By the 1 0 ' ~day of the calendar quarter, the contractor shall submit a report describing the
activities during the reporting period, and the activities planned for the ensuing reporting
period. At a minimum, this report shall include:

A qualitative description of overall progress;


An indication of any current problems which may impede performance, and proposed
corrective action;
A discussion of the work to be performed during the next reporting period;

You might also like