This government file outlines the Contract Data Requirements List (CDRL) for contract FD20602600033 with Rockwell Collins, pertaining to the C130-J system. It details seven specific data items the contractor must deliver, including a Government Property Inventory Report (DI-MGMT-80441D) annually, Commercial Asset Availability (CAV) Reporting (DI-MGMT-81838) daily, and an Item Unique Identification (IUID) Marking Plan (DI-MGMT-81803A) within 30 days of contract award. The file also mandates an IUID Marking Activity, Validation, and Verification Report (DI-MGMT-81804A) quarterly, a Contract Depot Maintenance (CDM) Monthly Production Report (DI-PSSS-81995A), a Government Industry Exchange Program (GIDEP) Alert-Safe Alert Report (DI-QCIC-80125B) monthly, and an Accident/Incident Report (DI-SAFT-81563) as required. Each data item specifies authorities, contract references, requiring offices, submission frequencies, distribution statements, and contact information for submission. The reports are crucial for monitoring government property, asset availability, unique item identification, production status, quality control, and safety on the contract.
This document outlines packaging requirements for federal government procurements, emphasizing compliance with MIL-STD 129 Revision R and MIL-STD 2073-1 Revision E. A key focus is on international phytosanitary measures for wood packaging material (WPM), requiring all WPM to be constructed from debarked, heat-treated wood (56 degrees Celsius for 30 minutes) and certified by an ALSC-recognized agency. This regulation aims to prevent the spread of invasive species like the pinewood nematode. The document specifies detailed packaging instructions, preservation levels, and marking requirements for various items, including MIL Long Line Packaging and items with no specific packaging data required. Additional marking criteria for shipping containers, such as bar coding and OEM information, are also mandated. The instructions ensure standardized military packaging and marking for worldwide shipments, maintaining compliance and safety.
This Performance Work Statement (PWS) outlines the requirements for repairing C-130 Radio Control Sets (NSN 5826-01-439-2708LG, P/N 622-5147-002) for the United States Air Force, Navy, and Coast Guard. The contractor will provide maintenance, repair, packaging, handling, storage, transportation, and data collection services, ensuring assets are returned in serviceable condition to OEM specifications. Key performance thresholds include a 95% initial pass rate for repaired assets during DCMA inspection, no more than one Product Quality Deficiency Report (PQDR) or Quality Deficiency Report (QDR) per contract year, and no more than two late deliveries per contract. The contract spans a basic ordering period and four one-year option periods, with work performed at the contractor's facility. The contractor is responsible for government property, inventory reporting, managing obsolete parts, and adhering to strict quality control, repair turnaround times, and unique item identification (IUID) marking requirements. The PWS also covers detailed requirements for supply chain risk management, including continuity of operations, foreign influence, and cybersecurity, as well as safety and security protocols.
This government file, initiated on December 11, 2025, details transportation data for solicitations under Purchase Instrument Number FD20602600033-00. It outlines F.O.B. terms and transportation clauses, including FAR citations 52.247-29 for F.O.B. Origin and 52.247-53 for Freight Classification Description. A critical instruction mandates contacting DCMA Transportation via their SIR eTool System for all "DCMA Administered" contracts, especially for F.O.B. Origin, Foreign Military Sales (FMS), and F.O.B. Destination OCONUS/Export movements, to obtain necessary DOD regulatory clearances and shipping instructions. Failure to comply may result in additional vendor expenditures. The document also provides specific transportation funds information (LOA: 97X4930.FC04 646 47GR 15400D 01K010 00000 UJJPOZ 503000 F03000 FSR: 013720 PSR: 848433) and item/ship-to details, including NSNs (e.g., 5826DTL260013LG, 5826014392708LG) and ship-to addresses like DLA Distribution Warner Robins. It references DD FORM 1423-1 for additional data regarding item/ship-to, evaluation of port bid or proposal, and other transportation data. Contact information for inquiries is provided as Respert, Woodnell M at 478-327-3412.
The Department of the Air Force's 411th Supply Chain Management Squadron (AFMC) at Robins Air Force Base issued a memorandum on December 8, 2025, concerning a job classification and wage determination for a follow-on repair contract. The document specifies the National Stock Number (NSN) 5826-01-439-2708, a Control Radio Set (TACAN) with part number 622-5147-002, CAGE 13499, for MC/HC/AC-130J applications. The purpose of the procurement request (PR# FD206026 00033) is for a follow-on repair contract. The job classification for this requirement is an Electronics Mechanic, series 2604, grade WG-11, with a wage range of $30.78 to $35.85. The memorandum is signed by Marcus Brady, GS-11, of the MC/HC/AC-130J Multi-Platform/Common section, 411 SCMS/GULAA.