The DD Form 1423-1, Contract Data Requirements List, is a standardized form used by the Department of Defense to specify data deliverables from contractors. This particular form, FD2020-25-00986, pertains to a 'Counterfeit Prevention Plan' (CPP) for 'Electronic Components' related to a 'Bulgaria' system/item. The contractor is required to submit the CPP via email within 30 calendar days of contract award. Government comments will be provided within 14 days, and any resubmission must occur within 7 days of receiving comments. The document emphasizes strict distribution statements, export control warnings, and destruction notices in accordance with DoD instructions. It also details pricing groups (Group I, II, III, IV) for data items, clarifying how costs attributable to data production should be estimated, excluding any amount for rights in data. Instructions for both government personnel and contractors on completing the form are provided, ensuring clarity and compliance in data acquisition.
The document is an Engineering Data List (EDL) from Lockheed Martin Corporation (CAGE 81755), dated March 20, 2023, for the F-16 end item, specifically an Electronic Component (NSN 5998013227746WF). It references number 16E10150-801 and is managed by Susan D. Brumbaugh from the 429 SCMS organization. The EDL outlines a comprehensive set of engineering drawings, accompanying documents, and procedures related to the manufacturing, assembly, testing, and maintenance of various F-16 components, including advanced missile remote interfaces, circuit card assemblies (CCAs), power supplies, and related electronic and mechanical parts. Key areas covered include design specifications, acceptance and burn-in test procedures, checkout instructions, material applications (adhesives, coatings, epoxies), manufacturing processes (soldering, PCB fabrication, welding, forming), and inspection/testing methods (hardness, conductivity, penetrant inspection). The document also lists specific components like microcircuits, connectors, and passive components. It includes a legend for furnished method codes, indicating how each document is provided (e.g., with solicitation, upon request, classified). The final entry notes that the release of this data to foreign-owned, controlled, or influenced companies requires approval from the Foreign Disclosure Office.
This document outlines engineering data requirements for manufacturing the UNIT ASSY-ADVANCED MISSILE REMOTE INTERFACE, SMS F-16, part number 16E10150-801, with National Stock Number 5998-01-322-7746WF. Key instructions include using specific materials (SAE AMS-QQ-A-250/4) and adhering to aircraft soldering standards (MIL-STD-2000 or J-STD-001). A critical directive prohibits lead-free solder in electronic military products due to reliability concerns, requiring contractors to provide certification if no lead-free components are used. The document also mandates a comprehensive Counterfeit Prevention Plan (CPP) in accordance with DI-MISC-81832 and SAE 5553, addressing applicability, definitions, procurement policies (avoiding brokers), risk assessment, detection, testing, traceability, and reporting of counterfeit parts. Contractors are responsible for rework costs associated with counterfeit parts unless specific conditions are met. Training on counterfeit prevention is also required for relevant personnel.
This government file outlines the manufacturing qualification requirements for an F-16 Electronic Component (NSN: 5998-01-322-7746, P/N: 16E10150-801). To become a qualified source, offerors must notify the government of their intent, certify possession of necessary manufacturing and testing facilities, verify a complete data package including specific drawings, and demonstrate compliance with manufacturing processes and Unique Identification (UID) requirements. Offerors must also submit a qualification test plan for approval, conduct testing at their own expense (estimated at $4,800 over 90 days), and provide a qualification article for evaluation. Successful qualification does not guarantee a contract award. Waiver criteria for these requirements exist for sources with prior government supply experience, those qualified for similar items or earlier dash numbers, or entities that have undergone organizational changes but maintain equivalent capabilities.
This government Statement of Work (SOW) outlines comprehensive preservation, packaging, and marking requirements for offerors, primarily focusing on military and hazardous materials, but also including commercial items. Key standards referenced are MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, MIL-STD 129 for military marking, and ISPM 15 for international wood packaging. The SOW details specific procedures for electrostatic and hazardous materials, emphasizing compliance with various federal and international regulations like 49 CFR, ICAO, IATA, and IMDG. It also covers the use of specialized shipping containers (MIL-STD-648), palletized unit loads (MIL-STD-147), and mandates the use of specific forms and tags (e.g., DD Form 1574, AFMC Form 158). Contractors are required to submit Safety Data Sheets (SDS) and utilize resources like SPIRES for packaging instructions and WebSDR for reporting discrepancies. The document also provides contact information and a list of applicable government packaging documents for reference, highlighting the need to use the most recent revisions. All requirements are designed to ensure proper handling, identification, and shipment of materiel for government activities.
Amendment SPRHA4-25-R-0986-0001 extends the due date for offers on solicitation SPRHA425R0986 from November 1, 2025, to December 10, 2025, at 11:59 PM. Issued by DLA AVIATION - OGDEN, this amendment, effective November 4, 2025, is a routine Foreign Military Sales (FMS) requirement. Offerors must acknowledge receipt of this amendment to ensure their bids are considered. All other terms and conditions of the original solicitation remain unchanged.
This government solicitation, SPRHA4-25-R-0986, is an RFP for the manufacturing and delivery of 17 F-16 Electronic Components (NSN: 5998-01-322-7746 WF). The acquisition is restricted to qualified sources (ElbitAmerica and Lockheed Martin Corp.) and is set aside for small businesses with a NAICS code of 334412 and a size standard of 750 employees. Key requirements include adherence to a Required Delivery Schedule, quantity range pricing, and strict compliance with military packaging and marking standards (MIL-STD-130, MIL-STD-129, ASTM-D-3951, MIL-STD-2073-1E). Contractors must also provide supply chain traceability documentation for ten years, utilize the Wide Area WorkFlow (WAWF) system for invoicing and reporting, and ensure all items meet Item Unique Identification (IUID) and Buy American Act/Balance of Payments Program requirements. The solicitation also outlines general clauses related to government contracting, including those for small business subcontracting, labor standards, and prohibitions on certain foreign-made products.