The Engineering Data List, dated January 22, 2025, provides a detailed record of engineering data for the F-16 aircraft's CYLINDER ASSEMBLY,A, manufactured by Lockheed Martin Corporation (CAGE 81755). This revision 6 document, associated with NSN 1650014178523WF, lists various engineering drawings and accompanying documents, including the HILL AFB FORM 462, ENGINEERING INSTRUCTIONS (16VH201), PROCUREMENT SPECIFICATION (16ZH201), INTERPRETATION, FORMATS (16Z001), and the LABEL, UNIQUE IDENTIFICATION (UID) (200733803). Each entry specifies the CAGE code, revision number, furnishing code, distribution code, and relevant remarks, often noting applicable engineering orders and planning revisions. The document also includes a legend for furnishing method codes, indicating how each piece of data is provided (e.g., furnished with solicitation, furnished upon request, or not available). A critical note at the end states that the release of this data to a foreign-owned, controlled, or influenced company requires approval from the Foreign Disclosure Office, highlighting controlled information distribution for this federal government file.
This document outlines the engineering data requirements for the manufacture of a Cylinder Assembly Actuator, Part Number 1211262-006, with National Stock Number 1650-01-417-8523WF. Prepared by Bill Garcia from 416 SCMS/GUEAA on October 8, 2024, it specifies that military specifications/standards will not be provided in the bid set. The instructions emphasize that only listed sources/materials on specifications, standards, and drawings are permissible, with any substitutions requiring prior approval from the cognizant OO-ALC Engineering Activity. Compliance with Item Unique Identifier (IUID) requirements is mandatory, and any deviations from these instructions necessitate permission from a government engineer. This document serves as a critical guide for bidders, ensuring adherence to specific manufacturing and material standards for the actuator assembly within a federal government procurement context.
This document outlines the manufacturing qualification requirements for the ACTUATOR, HYDRAULIC, MLG DOOR/UPLOCK (NSN: 1650‐01‐417‐8526WF, 1650‐01‐417‐8523WF, AND 1650‐01‐417‐6406WF; P/N: 16VH201‐5, 16VH201‐6, and 16VH201‐7) used in F-16 aircraft. To become a qualified source, offerors must notify the government of their intent, certify their manufacturing and testing capabilities, verify possession of a complete data package including specific drawings and specifications, and demonstrate compliance with manufacturing and unique identification requirements. They must also submit a qualification test plan for approval, conduct testing at their own expense, and provide a pre-contract award qualification article for evaluation. The estimated cost for qualification is $1,250,000, with an estimated completion time of 365 days. Full qualification is mandatory before contract award. Additionally, the document details five criteria under which a source may apply for a waiver of all or part of the qualification requirements, such as prior supply to the government, qualification on a mirror-image article, or qualification for an assembly that includes the item.
The document outlines comprehensive preservation, packaging, and marking requirements for government contracts, emphasizing adherence to Department of Defense (DoD) military standards, ASTM International, and ANSI guidelines. It details specific military packaging practices using MIL-STD 2073-1, including documentation for special group items and hazardous or classified materials. Commercial packaging follows ASTM D3951, while MIL-STD 129 governs military marking for shipment and storage, requiring DD Form 1574 for identification. International standards like ISPM 15 are mandated for wood packaging materials in global trade. Specialized requirements cover electrostatic materials (MIL-STD-2073-1, MIL-HDBK-773, ANSI/ESD S20.20, ESD TR20.20, MIL-STD-129), Item Type Storage Codes (AFMCI24-201), palletized unit loads (MIL-STD-147), and specialized shipping containers (MIL-STD-648). Hazardous material shipments must comply with ICAO, U.S. CFR Title 49, IATA, IMDG, and AFMAN24-604, with specific requirements for packaging, labeling, and certifications. Contractors must submit Safety Data Sheets (SDS) via FED-STD-313 and manage reusable containers as per AFMC Form 158. Discrepancies in packaging are reported via Web Supply Discrepancy Report (WebSDR), with exceptions for older packaging or approved alternatives. The document also lists applicable government packaging documents and resources like the SPIRES website and ASSIST for specifications.
This Request for Quotation (SPRHA4-26-Q-0211) from DLA Aviation - Ogden, issued on January 6, 2026, seeks proposals for eight CYLINDER ASSEMBLY,A F-16 units (NSN: 1650-01-417-8523 WF). This is a restricted acquisition for qualified sources like Lockheed Martin Corp. and Arkwin Industries Inc., with a NAICS code of 336413 and a small business size standard of 1,250 employees. The deadline for quotations is February 6, 2026. The solicitation emphasizes on-time delivery, requiring contractors to propose achievable delivery schedules based on internal production lead times. Key requirements include compliance with AS9100 quality standards, Buy American Act/Balance of Payments Program, IUID marking per MIL-STD-130, and military packaging/marking standards (MIL-STD-2073-1E, MIL-STD-129R). Contractors must provide supply chain traceability documentation for ten years. Payment requests and receiving reports must be submitted electronically via Wide Area WorkFlow (WAWF). An ombudsman is available for unresolved concerns, and numerous FAR and DFARS clauses are incorporated, covering areas like safeguarding covered defense information, prohibition on certain foreign-made items, and various ethical and labor standards.