The DD FORM 1423-1, FEB 2001, serves as a Contract Data Requirements List (CDRL) for federal government contracts, particularly for RFPs, grants, and state/local RFPs. It details data items required from contractors, such as the "Counterfeit Prevention Plan" (CPP) for the AN/TSQ-T10 (JTE) system. The form specifies submission requirements, including format (MS Office 2016 or newer, or PDF), frequency (one-time), and delivery details (electronically to USAF AFMC 415 SCMS/EN). Key instructions include the plan's content (Section 3 of SAE AS5553), initial submission within 30 days of contract award, and subsequent resubmissions after government comments. The document also outlines distribution statements (Distribution D, authorized to DoD and U.S. DoD contractors only) and destruction notices, along with detailed instructions for both government personnel and contractors on completing and pricing data items based on effort groups (Group I-IV).
The Engineering Data List (EDL) dated December 20, 2023, is a controlled document detailing engineering data for a "FAN, VANEAXIAL" with NSN 4140015986406FD, manufactured by NORTHROP GRUMMAN SYSTEMS. This EDL, identified by CAGE 1L4J7 and reference number A2500-100043, is managed by the 429 SCMS organization. The document specifies the drawing number A2500-100043, revision C1, and notes that it is a classified document (Code C) furnished with solicitation (Code S). The EDL also includes a critical foreign disclosure statement, requiring approval from the Foreign Disclosure Office for release to foreign-owned, controlled, or influenced companies, highlighting its sensitive nature within government procurement.
This government file outlines the manufacturing qualification requirements for the FAN,VANEAXIAL (NSN: 4140-01-598-6406, P/N: 041296000) for the AN/TSQ-T10 JTE application. To become a qualified source, offerors must notify the government of their intent, certify access to manufacturing and testing facilities, verify possession of a complete data package including Northrop Grumman drawing A2500-100043, and demonstrate compliance with manufacturing and Unique Identification (UID) requirements. They must also prepare and submit a qualification test plan for approval, provide a pre-contract award qualification article for evaluation, and bear the estimated cost of $13,000 for testing and evaluation, with an estimated completion time of 30 days. Full qualification is required before contract award, though successful qualification does not guarantee a contract. The document also details six criteria for source qualification waivers, such as supplying articles to the government previously or being qualified for similar items, which may exempt offerors from some or all qualification requirements.
This government file outlines the mandatory preservation, packaging, and marking requirements for offerors providing materials to the Department of Defense. It emphasizes adherence to various military and commercial standards, including MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for military marking. Specific instructions are provided for hazardous materials, classified materials, electrostatic discharge sensitive items, and wood packaging for international trade (ISPM 15). The document also details requirements for specialized shipping containers (MIL-STD-648), palletized unit loads (MIL-STD-147), and the use of Item Type Storage Codes (ITSC). Offerors must prepare Safety Data Sheets (SDS) in accordance with FED-STD-313 and utilize the SPIRES system for special packaging instructions. Procedures for managing reusable containers and reporting supply discrepancies via WebSDR are also included, along with a list of applicable government packaging documents and contact information for the Air Force Sustainment Center.
This Request for Quotation (RFQ) from DLA Aviation - Ogden (SPRHA5-26-Q-0064) seeks a "FAN,VANEAXIAL" (NSN: 4140-01-598-6406 FD) and a "Counterfeit Prevention Plan" from qualified sources, specifically Allclear Aerospace & Defense Inc. The RFQ, issued on November 6, 2025, with a quotation due date of December 8, 2025, is not a small business set-aside. Key requirements include firm fixed prices for 120 days, adherence to a required delivery schedule (with proposed delivery for the fan by July 14, 2027), and compliance with various federal acquisition regulations (FAR) and defense FAR supplement (DFARS) clauses. Contractors must be qualified, ensure supply chain traceability, and meet detailed packaging, marking (MIL-STD-130, MIL-STD-129, MIL-STD-2073-1E), and inspection standards. Electronic submission of payment requests and receiving reports via Wide Area WorkFlow (WAWF) is mandatory. Prohibitions on certain foreign-made unmanned aircraft systems and components are also noted.