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 document outlines the requirements for data item submissions, such as the Counterfeit Prevention Plan (CPP) for the AN/FPS-117 system, under contract FD2020-25-01141. It details submission specifics like the data item number (A005), title, authority (DI-MISC-81832), requiring office (415 SCMS/GUEA), frequency (one-time), and first submission date (30 days after contract award). The form also specifies distribution (DOD and U.S. DoD contractors only), electronic submission format (MS Office 2016+ or PDF), and contact information for submissions. Additionally, the document provides instructions for both government personnel and contractors on how to complete the form, including guidance on pricing data items based on the effort required for their development and delivery.
DD FORM 1423-1, FEB 2001 is a Contract Data Requirements List (CDRL) used by government agencies to specify data deliverables from contractors. This particular form outlines requirements for a “First Article Qualification Test Plan” and “First Article Test Procedure” for the AN/FPS-117 system. Key details include the data item numbers A001, the authority DI-NDTI-81307A, and the requiring office 415 SCMS/GUEA. The document specifies submission frequency as one-time, with the first submittal required a minimum of 30 days prior to the first article test. Subsequent re-submittals are due NLT 15 days after government comments. Distribution is authorized to the Department of Defense and U.S. DoD contractors only, with specific marking requirements for Controlled Unclassified Information (CUI), including CUI Categories CTI and CUI EXPT. The document also provides instructions for both government personnel and contractors on how to complete and price data items, categorizing data effort into four groups for pricing purposes.
DD FORM 1423-1 is a Contract Data Requirements List (CDRL) used by the Department of Defense to specify data deliverables from contractors. This particular form, dated February 2001, details requirements for a "Test/Inspection Report" and "First Article Test Report" (Data Item A002) for the AN/FPS-117 radar system under contract FD2020-25-01141. The requiring office is 415 SCMS/GUEA, and submissions are required electronically to specific email addresses. Key details include a distribution statement restricting access to DoD and U.S. DoD contractors, export control warnings, and destruction notices. Submissions must also comply with Controlled Unclassified Information (CUI) marking requirements, including a CUI block and specific categories. The form outlines submission frequencies and due dates, such as the First Article Test Report being due NLT 15 days after the test. It also provides instructions for both government personnel and contractors on completing the form, including guidance on pricing groups for data items.
This Engineering Data List (EDL) provides a comprehensive inventory of electronic components and associated documentation for the AWES end item, manufactured by Lockheed Martin Corporation. Dated May 10, 2024, and at revision 17, the list details various RF switch modules, test requirements, attenuators, connectors, and cable assemblies, each identified by CAGE code, engineering drawing number, revision, and furnishing code. Key components include RF switch modules (7344944, 7344945), various electrical connectors (77C718014, 77C721172, 725016A0774), and cable assemblies (7343854, 7343855). The document also includes a legend for furnishing method codes, indicating how each item is provided (e.g., with solicitation, upon request, or not available). It further specifies that the release of this data to foreign-owned, controlled, or influenced companies requires approval from the Foreign Disclosure Office, highlighting controlled access to sensitive information.
The document outlines the manufacturing qualification requirements for an RF Switch (P/N: 7344944G001, NSN: 5998-01-176-5358) for the AN/FPS-117 application. To become a qualified source, offerors must notify the government of their intent, certify facility capabilities for manufacturing, testing, and inspection, and verify possession of a complete data package including specific drawings and plans for IUID marking and counterfeit prevention. Offerors must manufacture the item to government requirements, provide data from quality and performance evaluations, and identify material sources. A qualification test plan must be submitted for approval, followed by a complete test report. A pre-contract award qualification article must be provided for evaluation. The estimated cost for qualification is $2,700, with an estimated completion time of 100 days. Full qualification is required before contract award. The document also details source qualification waiver criteria, allowing for waivers if certain conditions are met, such as prior supply to the government or qualification for similar items or assemblies.
This document outlines comprehensive preservation, packaging, and marking requirements for government contracts, emphasizing adherence to military and commercial standards. Key regulations include MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for military marking. Specific guidelines are provided for hazardous materials (IAW ICAO, 49 CFR, IATA), classified materials (DoD 5220.22M), electrostatic discharge sensitive items (MIL-STD-2073-1, MIL-HDBK-773, ANSI/ESD S20.20), and wood packaging for international trade (ISPM 15). The document also details requirements for palletized unit loads (MIL-STD-147), specialized shipping containers (MIL-STD-648), and the use of Item Type Storage Codes (ITSC). Contractors must submit Safety Data Sheets (SDS) per FED-STD-313 and report discrepancies via WebSDR. The document references various government packaging documents and provides contact information for inquiries, ensuring proper handling and compliance for all materials shipped to and from government activities.
The document is Amendment SPRHA5-26-R-1141-0001 to a solicitation for electronic components, effective December 1, 2025. Its primary purpose is to update a part number for CAGE 26269 from 7344944G1 to 583190. The solicitation outlines requirements for 'On Time Delivery Improvement' and requests quantity range pricing for Electronic Components (NSN: 5998-01-176-5358 QX), which are for Foreign Military Sales (FMS) customers. It includes provisions for First Article requirements (Item No. 0001AC) and production articles (0001AD, 0001AE), detailing delivery, inspection, and acceptance criteria. Packaging and marking must adhere to MIL-STD-130, MIL-STD-129, and ASTM-D-3951, with specific bar coding and warning label requirements. The document also incorporates various FAR and DFARS clauses covering areas such as contractor responsibility, small business subcontracting, labor laws, and supply chain traceability, emphasizing the importance of compliance and electronic submission of payment requests via Wide Area WorkFlow (WAWF).
This government solicitation, SPRHA5-26-R-1141, is an RFP for the manufacturing of Bare Printed Circuit Boards, specifically an Electronic Component (NSN: 5998-01-176-5358 QX). The acquisition is restricted to qualified sources: Lockheed Martin, U.S. Technologies, U.S. Dynamics, and Elbit, with a qualification process for new sources. The RFP includes requirements for First Article approval (Item No. 0001AC) and production articles (Item No. 0001AD for Bid A, 0001AE for Bid B without First Article). It specifies quantity range pricing for 1-16+ units and details for packaging, marking (MIL-STD-130, MIL-STD-129/ASTM-D-3951), and quality assurance (AS9100). Contractors must comply with various clauses, including those related to supply chain traceability, counterfeit prevention, and electronic invoicing via Wide Area WorkFlow (WAWF). The solicitation also outlines F.O.B. Origin delivery terms and includes an ombudsman for conflict resolution.