The DD FORM 1423-1, a Contract Data Requirements List (CDRL), outlines the requirements for contractors to submit a Counterfeit Prevention Plan (CPP) for electronic components related to the "Poland" system. The document details administrative information, submission procedures, and pricing guidance. Contractors must submit the CPP within 30 calendar days of contract award via email, with any necessary remediation to be addressed within specific timeframes. The CPP submission requires a Letter of Transmittal. Distribution of the plan is restricted to the Department of Defense and U.S. DoD contractors due to critical technology, and it must include export control warnings in accordance with relevant U.S. codes. The form also defines various price groups for data items, clarifying how costs associated with data production and delivery should be estimated and charged, with Group IV items typically at no cost.
This Engineering Data List (EDL) provides a comprehensive inventory of engineering drawings and accompanying documents for the F-16's "ELECTRONIC COMPONEN" end item, manufactured by Lockheed Martin Corporation (CAGE: 81755). The list, revised on July 31, 2025, details various components, assemblies, test procedures, manufacturing processes, and material specifications. Key entries include unit assemblies (e.g., Advanced Missile Remote Interface), circuit card assemblies (CCAs), schematic diagrams, and acceptance/burn-in test procedures. It also outlines specifications for finishes, adhesives, coatings, welding, electrical bonding, and environmental protection (e.g., ESD damage prevention). The EDL specifies the furnishing method for each document, indicating whether it's classified, supplied with solicitation, or requires acquisition by the contractor, providing a critical reference for procurement, manufacturing, and maintenance activities related to this F-16 electronic component.
This document outlines engineering data requirements for manufacturing the UNIT ASSY-ADVANCED MISSILE REMOTE INTERFACE, SMS F-16, with part number 16E10150-801 and national stock number 5998-01-322-7746WF. Key instructions include using specific military specifications/standards, prohibiting unauthorized deviations from control drawings, and applying Unique Identification (UID) per MIL-STD-130. The document emphasizes the continued use of leaded solder in electronic military products due to reliability concerns with lead-free alternatives, requiring certification if no lead-free components are used. A significant portion of the document details requirements for a Counterfeit Prevention Plan (CPP), mandating policies and procedures to avoid, detect, mitigate, and dispose of counterfeit electronic parts. The CPP must address applicability, definitions, procurement policies (prioritizing original manufacturers), risk assessment, detection/avoidance responsibilities, testing/verification, configuration identification/traceability, counterfeit notification/reporting, and mandatory training for personnel. The point of contact for these matters is the Engineering Support Activity (ESA).
This government file outlines the manufacturing qualification requirements for an F-16 Electronic Component (NSN: 5998-01-322-7746, P/N: 16E10150-801). To become a qualified source, offerors must notify the government of their intent, certify possession of necessary manufacturing and testing facilities, and verify a complete data package including specific drawings and procedures. They must manufacture the item to government specifications, comply with Unique Identification (UID) requirements, and provide quality, performance, and environmental evaluation data. Offerors must also submit a qualification test plan for approval, conduct tests at their own expense, and provide a pre-contract award qualification article for evaluation. The estimated cost for qualification is $4,800, with an estimated completion time of 90 days. Qualification is mandatory before contract award, though it does not guarantee a contract. The document also details source qualification waiver requirements, allowing exceptions for offerors who have previously supplied similar articles to the government or original equipment manufacturers, or who are qualified for similar part numbers or items without increased complexity.
This government Statement of Work outlines comprehensive preservation, packaging, and marking requirements for offerors, primarily focusing on adherence to military and commercial standards for federal government RFPs, federal grants, and state/local RFPs. Key directives include utilizing MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for military marking. Special provisions cover hazardous materials, requiring compliance with ICAO, CFR Title 49, IATA, and IMDG, along with specific documentation like Safety Data Sheets (SDS) per FED-STD-313. The document also addresses phytosanitary measures (ISPM 15) for wood packaging, electrostatic material handling, Item Type Storage Codes (ITSC), palletized unit loads (MIL-STD-147), and specialized shipping containers (MIL-STD-648). Procedures for reporting discrepancies via WebSDR and accessing packaging information through SPIRES and ASSIST websites are detailed. The overarching goal is to ensure safe, compliant, and standardized handling of materials for shipment and storage within government activities.
This government solicitation, SPRHA4-26-R-0089, issued by DLA Aviation - Ogden on December 1, 2025, is a restricted acquisition for Bare Printed Circuit Board Manufacturing. It targets qualified sources: Elbit America (CAGE: 0WEC9) and Lockheed Martin (CAGE: 81755). The solicitation, under NAICS 334412 with a size standard of 750, is for Foreign Military Sales (FMS) requirements, specifically eight Circuit Card Assemblies (NSN: 5998-01-322-7746 WF ELECTRONIC COMPONEN F-16). It requests range pricing due to potential quantity volatility. Key terms include a 120-day firm price, early/partial deliveries, and adherence to a Required Delivery Schedule (RDS). The document details extensive clauses covering inspection, acceptance, payment via Wide Area WorkFlow (WAWF), supply chain traceability, packaging (MIL-STD-130/129/2073-1E), and various federal regulations. An ombudsman is available for concerns. The required delivery date for Item 0001 is November 30, 2027, and for Item 0002 (Counterfeit Prevention Plan) is 30 calendar days ARO Contract.