This document outlines the First Article Testing (FAT) process for contractors working with the Aviation and Missile Center (AvMC), focusing on FAR 52.209-3. It serves as an orientation, clarifying the purpose, scope, and procedures for FAT, which verifies a contractor's capability to produce products conforming to contract requirements. While informational and not contractually binding, it emphasizes the mandatory participation of the Defense Contract Management Agency (DCMA) Quality Assurance Representative (QAR) in the test. The FAT involves meetings, thorough examinations of certifications, materials, processes, and equipment, all documented in a First Article Test Report (FATR). The contractor is responsible for conducting the test, providing facilities, and submitting the FATR, which is critical for approval. Common causes for FATR rejection are listed, highlighting the need for comprehensive documentation and adherence to quality programs. A courtesy review of the draft FATR by a government Quality Assurance Specialist (QAS) is offered to increase approval likelihood. Disapproval may lead to a second FAT after corrective actions. The document stresses the FAT's importance in ensuring quality materiel for the Warfighter.
The Serial Number Reporting Requirement (SNRR) Spares Statement of Work (SOW) outlines the mandatory reporting procedures for serialized items classified as Critical Safety Items, Flight Safety Critical Aircraft Parts, or TAMMS-A reportable items within federal government contracts. Contractors must use the TAMMS-A/MCDS web portal to submit or obtain serial numbers, which can be up to 18 alphanumeric characters, excluding certain letters and special characters, and cannot begin with zero. Assigned serial numbers cannot be altered or reused without prior written approval. All SNRR-reportable items, including subcomponents, require reporting unless they are Government Furnished Property. Item Unique Identification (IUID) requirements do not supersede SNRR, and serial numbers must be approved before IUID creation. The SOW also details requirements for tags, labels, and the use of the Wide Area Workflow (WAWF) Receiving Report for material acceptance and shipping, ensuring all SNRR data is validated. Contractors must submit QAR-signed WAWF RRs to the TAMMS-A Customer Support Office within two business days of shipment and complete a final receiving report for contract closeout. Discrepancies identified by the TAMMS-A Customer Support Office must be corrected within 10 working days, and only an authorized SNRR representative can close the SNRR CLIN.
QE-STD-1 Revision E establishes minimum requirements for manufacturing Critical Safety Items (CSIs) and their Critical Characteristics (CCs), ensuring the integrity of these items throughout the process. It applies to all aspects of CSI manufacturing, supplementing higher-level quality programs like ISO 9001 and AS9100. The document defines key terms, including CSI, CC, and various nonconformance categories. The Aviation Engineering Directorate (AED) is the sole authority for determining CSIs and CCs. Manufacturers must adhere to detailed requirements for manufacturing planning, frozen planning, and changes affecting CCs, which all require approval from the contractor’s Process Planning Control Board (PPCB) and, for CC-related changes, the Engineering Support Activity (ESA). The standard mandates 100% inspection of non-destructively inspectable CCs by certified personnel, with strict protocols for nonconforming CCs, including review by a Materiel Review Board (MRB) and ESA approval for major and critical nonconformances. Traceability, enabled by serialization and marking, is crucial for tracking items through the manufacturing process, with records retained for at least ten years. Personnel involved in CSI work must be trained and certified, and all test, measurement, and diagnostic equipment must be calibrated to NIST standards. Purchasing documents must clearly identify CSIs and CCs, and contractors must maintain an acceptable higher-level quality program. Scrap material must be rendered unusable, and all scrapped serial numbers reported. This standard ensures the quality and safety of CSIs in federal government procurement.
This document, a Contract Data Requirements List (CDRL A001), outlines the requirements for submitting "Logistics Product Data Summaries" with a focus on "Serial Number Reporting Requirements (SNRR)." The contractor is required to submit receiving reports, specifically DD250s, detailing each Serial Number (SN) shipped via the Procurement Integrated Enterprise Environment (PIEE), Wide Area Workflow (WAWF) within two business days of Government Quality Assurance acceptance. An optional email notification can also be set up within PIEE/WAWF. Final receiving reports for each Delivery Order or contract closeout must also be submitted through PIEE/WAWF using DODAAC W81D17. The requiring office (AMAM-OPL) will verify all SNs issued and provide feedback on discrepancies within five working days, which the contractor must correct and resubmit within ten working days. Initial SN requests for issue/approval are to be processed through the TAMMS-A/MCDS web portal, with alternative instructions provided in the Statement of Work if the portal is unavailable. The document also provides contact information for inquiries regarding the CDRL requirement and compliance.
The First Article Waiver Worksheet is a government document used to request a waiver, either full or partial, of First Article Testing requirements for items procured under federal contracts. This form, crucial for federal government RFPs and grants, details current acquisition information, the type of waiver requested, and extensive justification sections. Justifications include current or recent production history, successful completion of previous First Article Tests (FAT) for the same or similar items, or FAT on a next higher assembly, all within the past three years. The worksheet requires detailed information regarding manufacturing changes, facilities, equipment, and subcontractors. It also prompts for disclosure of any quality issues or past waiver/deviation requests. The form emphasizes the necessity of attaching supporting documentation and requires certification from the submitter, ensuring accuracy and compliance with federal acquisition regulations.
Amendment 0001 to solicitation SPRRA1-25-R-0056 modifies the delivery schedule location for a trailing arm assembly (NSN: 1620-01-147-4777), changing the DoDAAC from "W25G1U" to "W25G1W". All other solicitation requirements remain in effect. The contract specifies a Firm Fixed Price for 35 units, with deliveries commencing October 30, 2028, at five units per month. Packaging, inspection, and acceptance are detailed, with FOB Destination. The amendment also updates the Wide Area WorkFlow (WAWF) payment instructions, including required document types (COMBO or INVOICE 2IN1 for fixed-price items) and routing data for electronic submission of payment requests and receiving reports. Contractors must register and use WAWF for invoicing, adhering to the specified DoDAACs for various routing fields.
Amendment 0002 to Solicitation SPRRA1-25-R-0056, issued by the DEFENSE LOGISTICS AGENCY, extends the due date for offers from October 9, 2025, to November 7, 2025, at 1:00 AM. This modification, identified as a Firm Fixed Price supply contract, maintains all other terms and conditions of the original solicitation. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning two copies, acknowledging it on each offer copy, or submitting a separate letter or telegram referencing the solicitation and amendment numbers. The amendment was signed by Jessica A Coleman, the Contracting Officer, on October 9, 2025.
Amendment 0003 to Solicitation SPRRA1-25-R-0056, issued by the Defense Logistics Agency, extends the due date for offers from November 7, 2025, to December 8, 2025, at 1:00 AM. This amendment, a Firm Fixed Price Supply Contract, maintains all other original solicitation requirements. Offerors must acknowledge receipt of this amendment to ensure their bids are considered. The document specifies methods for acknowledgment, including returning signed copies of the amendment or referencing it in the offer or a separate communication. Failure to acknowledge receipt by the new deadline may result in the rejection of the offer.
This government solicitation, SPRRA1-25-R-0056, outlines a five-year Indefinite Delivery Requirements (IDR) Firm Fixed Price contract for "TRAILING ARM ASSY" (NSN: 1620-01-147-4777, Mfr Part Number: 1168320-101), a Critical Safety Item (CSI) for the AH-64 Apache Weapon System. The requirement is limited to The Boeing Company and Ontic Engineering and Manufacturing, Inc. Key aspects include mandatory First Article Testing (FAT) and Production Lot Testing (PLT), with specific delivery schedules, inspection at origin, and acceptance at destination (for initial orders). Unique Item Identification (IUID) markings are required per DFARS clause 252.211-7003. Certified cost or pricing data may be requested, and offerors must submit a subcontracting plan. The solicitation provides estimated quantities for five ordering periods and details packaging, marking, and delivery instructions.