DD FORM 1423-1, FEB 2001 is a Contract Data Requirements List (CDRL) used by the Department of Defense to specify data deliverables from contractors. This particular form outlines requirements for a "Flaperon First Article Test Report" (Data Item A001, Test/Inspection Report, DI-NDTI-80809B/T) for the Jordan system, under contract FD2020-26-00198. The document details specific content requirements for the report, including listing dimensions and tolerances, identifying and certifying materials, and documenting material processing. It also mandates a Distribution Statement "B" and an Export Control Warning on all technical documents, restricting dissemination to U.S. Government agencies for test and evaluation purposes. Submission instructions include concurrent delivery with the "First Article" item, with options for separate shipment if the report is too large, and an email submission to a specified Air Force address. The form also provides definitions for different price groups (Group I-IV) to guide contractors in estimating costs for data items, emphasizing that only costs directly attributable to supplying the data, over and above normal contract performance, should be included.
The document is an Engineering Data List (EDL) for the F-16 FLAPERON, manufactured by Lockheed Martin Corporation. Dated October 15, 2024, and identified by NSN 1560012058437WF, this revision 5 document details various engineering drawings, accompanying documents, materials, and processes related to the flaperon assembly and its components. It includes data for parts such as the wing assembly, outboard assembly, skins, ribs, spars, and leading edges, along with IGES loft contour data. The EDL also lists structural compounds, sealants, adhesives, primer coatings, lubricants, and specifications for sealing, finishing, chemical milling, metal removal, and forming of aluminum alloy. Non-destructive testing methods like penetrant, hardness, conductivity, eddy current, and ultrasonic inspections are also specified. The document outlines different furnished method codes for accessing these engineering data, indicating whether they are furnished with solicitation, contract award, or upon request. The release of this data to foreign-owned companies is subject to approval by the Foreign Disclosure Office.
This document outlines the manufacturing qualification requirements for the Flaperon (P/N: 16W021-51, NSN: 1560-01-205-8437) used in F-16 Aircraft. To become a qualified source, offerors must notify the government of their intent, certify access to necessary facilities and equipment, and possess a complete data package including Lockheed Martin drawing 16W021. They must manufacture the item according to government requirements, demonstrate compliance with Unique Identification (UID) per DFARS 211.274, and provide data from quality, performance, and environmental evaluations. Offerors are required to submit a qualification test plan for approval, provide a pre-contract award qualification article for evaluation, and anticipate an estimated qualification cost of $12,000 and a completion time of 365 days. Full qualification is mandatory for contract eligibility, with an approved listing not guaranteeing an award. Additionally, the document details six Source Qualification Waiver Criteria (QWC) for potential sources, allowing them to apply for a waiver of all or part of the qualification requirements under specific conditions, such as prior supply to the government, qualification on similar articles, or continuity of qualification after business changes.
This document outlines the comprehensive preservation, packaging, and marking requirements for offerors in government contracts, adhering to various military, federal, and international standards. Key directives include MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for military marking. Specialized requirements address hazardous materials, electrostatic materials, and wood packaging (ISPM 15). The document also details procedures for Item Type Storage Codes (ITSC), palletized unit loads (MIL-STD-147), and specialized shipping containers (MIL-STD-648). Contractors must comply with regulations for hazardous material shipments, including DOT, ICAO, and IATA standards, and submit Safety Data Sheets (SDS) per FED-STD-313. Provisions for reusable containers, reporting supply discrepancies via WebSDR, and accessing government packaging documents through the ASSIST website are also included. The goal is to ensure standardized, safe, and compliant handling of materials for shipment and storage within the Department of Defense.
This document outlines strict requirements for wood packaging material (WPM) used in government shipments, specifically addressing international phytosanitary measures to prevent the spread of invasive species like the pinewood nematode. All wooden lumber, pallets, and containers must be constructed from debarked, heat-treated wood (56 degrees Celsius/133 degrees Fahrenheit for 30 minutes). Certification and marking by an American Lumber Standards Committee (ALSC) recognized agency are mandatory. These regulations apply to all worldwide shipments, whether direct or through logistics centers, ensuring compliance with International Standards for Phytosanitary Measures (ISPM No. 15). The document also includes distribution and destruction notices, limiting access to DOD and U.S. DOD contractors only.
The Defense Logistics Agency (DLA) Aviation in Ogden issued Request for Quotation (RFQ) SPRHA4-26-Q-0198 on December 10, 2025, for the procurement of one Flaperon, NSN 1560-01-205-8437 WF, for F-16 aircraft, primarily for Foreign Military Sales (FMS) customers. This RFQ is restricted to qualified sources, specifically Aerospace & Commercial (Cage 1XKR3) and Lockheed Martin (Cage 81755). Quoters must provide range pricing for quantities from 1 to 16+ units and are subject to a 120-day firm price hold. The solicitation emphasizes on-time delivery improvement, requiring contractors to propose achievable delivery schedules. Key requirements include First Article Approval—Government Testing, compliance with Buy American Act/Balance of Payments Program, and adherence to various defense regulations regarding unique item identification, packaging (MIL-STD-129, MIL-STD-130, MIL-STD-2073-1E), and electronic invoicing via Wide Area WorkFlow (WAWF). The deadline for quotations is January 21, 2026.