DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) for a single data item, the Counterfeit Prevention Plan (CPP). The form outlines the requirements for contractors to submit data to the government, detailing information such as the data item number, title, authority, contract reference, and requiring office. Key instructions include submitting the CPP via email within 30 calendar days of contract award, with government comments provided within 14 days, and resubmission if needed within 7 days of receiving comments. The document also specifies distribution statements and export control warnings that must be placed on the CPP, aligning with DoD instructions. It further defines price groups for data items, clarifying how costs associated with data production and delivery should be estimated, differentiating between data essential to the contract and data developed for internal use or as part of normal operating procedures. The form emphasizes that estimated data prices should only reflect costs directly attributable to data requirements, excluding any amounts for data rights.
The Engineering Data List (EDL) for the F-16 End Item, specifically for the ADVANCED INTERFERENCE BLANKER UNIT (NSN 5895013310720WF), outlines critical engineering documents and specifications. Dated 14 NOV 2025, Revision 6, this document from the LOCKHEED MARTIN CORPORATION (CAGE 81755) details various engineering drawings, accompanying documents, and their distribution codes. Key items include engineering instructions, the Advanced Interference Blanker Unit drawing (16VE278), Critical Item Development Specification (16ZE278), and Interpretation, Formats (16Z001). The EDL emphasizes that the release of this data to foreign-owned, controlled, or influenced companies requires approval from the Foreign Disclosure Office. Furnished method codes indicate how each document is provided, with 'S' meaning furnished with solicitation and 'C' denoting a classified document. This document is crucial for understanding the technical data package associated with the F-16's interference blanker system, likely in support of federal RFPs or contract fulfillment.
This document outlines engineering instructions for manufacturing the F-16 Advanced Interference Blanker Unit (Part Number: 16VE278-8, NSN: 5895-01-331-0720WF). It mandates adherence to MIL-STD-130 for marking and requires contractors supplying electronic parts to implement a comprehensive Counterfeit Prevention Plan (CPP) in accordance with DI-MISC-81832 and SAE 5553. The CPP must address applicability, definitions, parts availability (prioritizing original manufacturers), procurement policies, risk assessment, detection/avoidance responsibilities, testing/verification (especially for high-risk parts), configuration identification/traceability, counterfeit notification/reporting (including GIDEP entry), and counterfeit prevention training for personnel. Costs associated with counterfeit parts or rework are unallowable unless specific conditions regarding an approved avoidance system, trusted suppliers, and timely notification are met. Deviations from specifications require prior approval.
This document outlines the manufacturing qualification requirements for the AIBU (P/N: 16VE278-8, NSN: 5895-01-331-0720) for F-16 applications. To become a qualified source, offerors must notify the government of their intent, certify access to necessary facilities and equipment, verify possession of a complete data package including Lockheed Martin drawing 16VE278, and manufacture the item conforming to government requirements and UID specifications. They must also provide data from quality, performance, and environmental evaluations, identify material sources, and submit a qualification test plan for approval. A pre-contract award qualification article is required for evaluation, with an estimated qualification cost of $30,000.00 and an estimated completion time of 180 days. Offerors must be fully qualified before contract award. The document also details five Source Qualification Waiver Criteria (QWC) for potential sources who may apply for a waiver of all or part of the requirements, such as prior supply to the government or OEM, qualification for related assemblies, or previous qualification for similar items.
The document outlines comprehensive preservation, packaging, and marking requirements for government contractors, adhering to various military, federal, and international standards. Key directives include MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, MIL-STD 129 for military marking, and ISPM 15 for wood packaging in international trade. Specific provisions address electrostatic material handling (MIL-STD-2073-1, MIL-HDBK-773, ANSI/ESD S20.20), palletized unit loads (MIL-STD-147), and specialized shipping containers (MIL-STD-648). Hazardous materials require strict compliance with ICAO, CFR Title 49, IATA, and IMDG regulations, including UN/DOT specifications and Competent Authority Approvals, alongside Safety Data Sheet submissions (FED-STD-313). Contractors must utilize SPIRES for packaging instructions, manage reusable containers, and report discrepancies via WebSDR. The document emphasizes using the latest revisions of all listed standards and provides contact information for assistance.
The document is a Standard Form 1447 solicitation for a firm-fixed-price contract (SPRHA4-26-R-0194) for "Other Communications Equipment Manufacturing" (NAICS 334290, size standard 800) for F-16 "BLANKER, INTERFERENCE" (NSN 5895-01-331-0720 WF) and a Counterfeit Protection Plan. The acquisition is restricted to SCI Technology (CAGE: 2J622) and Lockheed Martin (CAGE: 81755), with a qualification requirement for other potential sources. Offers are due by February 11, 2026, 11:59 PM. Key aspects include a required delivery schedule for the blankers by May 3, 2027, and 30 calendar days for the Counterfeit Protection Plan. The contract emphasizes on-time delivery improvement, supply chain traceability, and specific packaging/marking standards (MIL-STD-130, MIL-STD-129, ASTM-D-3951). Payment will be processed via Wide Area Workflow (WAWF) as a combination invoice and receiving report for fixed-price items. Numerous federal and defense clauses are incorporated, covering areas like small business subcontracting, environmental regulations, export controls, and prohibition on foreign-made unmanned aircraft systems from covered countries.