The DD FORM 1423-1, FEB 2001, serves as a Contract Data Requirements List (CDRL) for federal government RFPs, grants, and state/local RFPs. This specific form details the requirements for a Counterfeit Prevention Plan (CPP) for the AN/MST-T1(V) Mini-MUTES system under contract FD20202600032. The plan must adhere to SAE AS5553, Section 3, and be submitted electronically within 30 days of contract award. The government will provide comments within 14 days, with resubmission due 7 days after comments are received. Distribution is restricted to the Department of Defense and U.S. DoD contractors. The document also provides detailed instructions for both government personnel and contractors on completing the form, including pricing groups for data items based on their essentiality to the primary contracted effort.
The Engineering Data List (EDL) from September 30, 2025, details the components of a GEAR ASSEMBLY, SPEED, for the AN/TPT-T1 (V) end item, manufactured by FISICA APPLIED TECHNOLOGIES, INC. The document, identified by NSN 3010013155148FD and reference number 137474, outlines various parts, including gearbox assemblies, housings, gear rings, carrier assemblies, shafts, and different gears and pinions for multiple stages. It also lists thrust washers, bearings, and retainer rings. Key personnel involved are Brian D. Lawson (Data Tech) and Nickolas L. Weimer (for specific assemblies). The EDL notes specific engineering drawings and accompanying documentation. The document includes a legend for furnished method codes (e.g., S for furnished with solicitation, G for government document) and states that release of this data to foreign-owned companies requires approval from the Foreign Disclosure Office. This file is crucial for understanding the components and associated documentation of this specific gear assembly, likely for procurement or maintenance within a federal government context.
This document outlines the engineering data requirements for the manufacture of a "GEAR ASSEMBLY, SPEED" (Part Number: 200927771, National Stock Number: 3010-01-315-5148FD). It specifies that military specifications and standards will not be provided in the bid set. Contractors must certify full compliance with all drawings, specifications, and standards before contract award and are responsible for understanding these requirements. Deviations from specifications or the use of substitute materials require prior approval from the cognizant engineering activity. The system engineer retains the right to review and accept discrepant items before shipment. Additionally, the document mandates Unique Identification (UID) per MIL-STD-130, detailing requirements for human-readable and machine-readable 2D matrix labels, including CAGE, Part Number, and Serial Number. The label material must match existing specifications.
This government Statement of Work outlines comprehensive preservation, packaging, and marking requirements for offerors, primarily for military and hazardous materials. It mandates adherence to various Department of Defense (DoD) Military Standards, ASTM International, ANSI, and federal regulations like FAR/DAR clauses. Key standards include MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, MIL-STD 129 for military marking, and ISPM 15 for wood packaging. The document details specific requirements for electrostatic materials, palletized unit loads (MIL-STD-147), and specialized shipping containers (MIL-STD-648). For hazardous materials, offerors must comply with ICAO, U.S. CFR Title 49, IATA, IMDG, and AFMAN24-604, including UN specification packaging and Safety Data Sheets (FED-STD-313). The document also addresses reusable containers, reporting discrepancies via WebSDR, and accessing relevant specifications through the ASSIST website.
This government solicitation, SPRHA1-26-R-0032, issued by DLA Aviation - Ogden, is an RFP for "Speed Changer, Industrial High-Speed Drive and Gear Manufacturing" with a NAICS code of 333612 and a size standard of 750. The acquisition is restricted to Fisica Inc. (CAGE 52152). Key requirements include the delivery of nine "GEAR ASSEMBLY,SPEED" (NSN: 3010-01-315-5148 FD) by July 31, 2027, to DLA Distribution Barstow, and a Counterfeit Prevention Plan (CDRL A005) due 30 calendar days after contract award. The document emphasizes on-time delivery, supply chain traceability, and specific packaging and marking standards (MIL-STD-130, MIL-STD-129, ASTM-D-3951). Payment will be processed via Wide Area WorkFlow (WAWF) as a combination of invoice and receiving report for fixed-price items. The solicitation also includes various FAR and DFARS clauses covering areas such as small business utilization, equal opportunity, environmental protection (e.g., ozone-depleting substances, hexavalent chromium), and prohibitions on foreign-made unmanned aircraft systems from covered foreign countries.