This government file, a Contract Data Requirements List (DD Form 1423-1), outlines the requirements for two data items related to the F100 P/N 407107 system: a First Article Qualification Test Plan and Procedures (A001) and a Test/Inspection Report (A002). Both data items are for the NSN: 2840013084467NZ Liner, Augmentor Com. The contractor must submit a comprehensive plan for the first article qualification test within 30 days of the contract date, detailing how all drawing, non-destructive, visual inspection, material property, and manufacturing process requirements will be met. This plan must include equipment and facilities utilized for verification and ensure all sources are approved by OEM or CEA. The subsequent test report, due 120 days after government approval of the test plan, must demonstrate satisfaction of all requirements outlined in the plan, including drawing specifications, inspections, manufacturing processes, and material requirements, with all sources approved. Deliveries for both items must be on ISO-10149 compliant CD-ROM in Adobe Acrobat PDF format. Both the plan and report require government coordination and are subject to Distribution Statement A, allowing for unlimited public release.
The DI-NDTI-80809B document outlines the standardized format and content requirements for Test/Inspection Reports within government contracts. These reports are crucial for evaluating compliance with system requirements, performance objectives, and specifications across various testing phases, including developmental, qualification, and acceptance testing. Key information to be included spans cover page details, a comprehensive table of contents, introduction with test objectives and item identification, a summary of significant results and proposed corrective actions, and a list of referenced documents. The body of the report must detail test equipment, setup, procedures, results, analysis, conclusions, and recommendations. Crucially, the report requires certifications from contractor personnel and government witnesses, affirming adherence to procedures, accuracy of results, and the item's pass/fail status. Appendices are to house extensive data, drawings, and other voluminous documentation.
The DI-NDTI-81307A Data Item Description outlines the requirements for a First Article Qualification Test Plan and Procedures. This document, superseding DI-NDTI-81307, establishes contractor guidelines for testing procedures, equipment, and inspection criteria to qualify a first article. The plan, presented in the contractor's format, must detail the test's purpose, applicable documents, and descriptions of units under test. Key content includes step-by-step operator procedures, readings, settings, commercial identification of test equipment, and drawings/schematics for noncommercial fixtures. Crucially, it defines inspection criteria specifying minimum performance requirements for government acceptance, covering worst-case prime power input, signal levels, timing inputs, and outputs. This DID is vital for government contracts requiring rigorous first article qualification.
The U.S. Air Force's LPF-QAR-003 document outlines quality assurance requirements for first article test plans and reports for F100 engine parts at the Oklahoma City ALC. It details guidelines for testing, including dimensional conformance, nondestructive inspection (NDI), and material properties verification. All first articles must be serialized and undergo 100% inspection for all dimensions and NDI requirements. Testing equipment must have NIST-traceable calibrations. The document specifies requirements for visual inspections, material properties testing (mechanical, metallurgical, and chemical), and the submittal of both the First Article Test Plan (FATP) and First Article Test Report (FATR) to the Contracting Officer. It also addresses the disposition of tested parts and general requirements for materials and manufacturing processes, emphasizing that Engineering Instructions take precedence.
This government file outlines the First Article Requirements for National Stock Number 2840013084467NZ, dated July 29, 2024. The requirement specifies three first articles, with two integrated into the production quantity and one in addition to it. These articles will not serve as manufacturing standards, but long lead time items and special production facilities are required. Contractor testing is mandated, with performance characteristics detailed in drawing 4070107 and LPF-QAR-003. A test plan and report are required, with specific deadlines for submission and government approval/disapproval. The first articles are due within 120 days, with an estimated government testing cost of $2,500. Destructively tested articles will be condemned at the vendor's facility. Waivers for first article approval are possible for offerors who have previously supplied similar articles to the government or DoD within 36 months, with final determination by the cognizant engineering authority. The document emphasizes that this is a critical part for F100 series turbine engines, necessitating first article testing to ensure quality and safety.
The government is issuing RFP #SPRTA1-26-R-0124 for Linear Augmentors (NSN: 2840-01-308-4467NZ, PN: 4070107) for the F-100 Engine. These augmentors, made of Columbium Alloy, protect convergent segments from high exhaust temperatures. The estimated issue date is December 23, 2025, with a closing date of January 26, 2026. The requirement is for 598 units, with a minimum of 150 and a maximum of 900. Qualified sources include ACMT, RTX Corp, and AGC Acquisition LLC. Electronic procedures will be used, and all responsible sources may submit bids. An Ombudsman is available for concerns. The government is not using Far Part 12 for this acquisition, and award is contingent on meeting qualification requirements. Export Control applies. The solicitation will be available on sam.gov, and inquiries can be directed to Alex Varughese.
The IUID Checklist details the Unique Item Identification (IUID) marking requirements for a "LINER,AUGMENTOR COM" with NSN 2840013084467NZ, Version Number 10. This document specifies that IUID marking must comply with DFARS 252.211.7003, Section (c)(1)(i), and the latest version of MIL-STD-130. The recommended marking instruction is "Bag/Tag" for both marking type and method. The initiator is Eric C. Shelley from AFLCMC/LPSEA1, with contact numbers 405-734-0001 (commercial) and 884-0001 (DSN). Several CAGE/Reference Numbers are listed, including 0JWE8, 1YVP7, 52661, 77445, 9009H, and 98500. Additionally, the document notes that an embedded item is associated with the NSN 2840013084467NZ, falling under Section (c)(1)(iii). This checklist, generated on October 22, 2025, ensures proper identification and tracking of the item within government systems.
This government file outlines detailed packaging and marking requirements for items under purchase instrument number FD20302600210-00, version 1. It mandates compliance with MIL-STD 129 Revision R and MIL-STD 2073-1 Revision E, specifically addressing United Nations restrictions on Wood Packaging Material (WPM) to prevent the spread of invasive species. All WPM, including pallets, boxes, and crates, must be constructed from debarked, heat-treated wood (56 degrees Celsius or 133 degrees Fahrenheit for 30 minutes) and certified by an ALSC-recognized agency, adhering to
The MQR-PSD-1 Revision 2 document outlines the Manufacture Qualification Requirements for Propulsion Critical Safety Items (CSI) and Critical Application Items (CAI) within the Propulsion Sustainment Division. It details the technical requirements potential sources must meet to obtain Engineering Support Activity (ESA) approval for manufacturing these items. Key components of the approval process include submitting a Company Profile, which requires documentation on quality assurance, equipment, and sub-tier suppliers, and a Source Approval Request (SAR). The SAR package, depending on the category (Actual Item or Similar Item), necessitates detailed engineering data, proposed manufacturing plans, legal documents, and demonstration of manufacturing experience. The document also covers procedures for Source Resubstantiation Requests (SRR) and Process Change Requests (PCR), approval durations, evaluation methods, and specific formatting for all submitted documentation. It emphasizes adherence to proprietary data rules and government quality assurance provisions.
This document is a federal government Solicitation/Contract, specifically Standard Form 1447 (REV. 8/2016), identified by the number SPRTA126R0124. The solicitation is for Aircraft Engine and Engine Parts Manufacturing, falling under NAICS code 336412. Offers are due by January 26, 2026, at 3:00 PM and will be received by DLA Weapons Support at Oklahoma City. The document outlines detailed requirements for supplies or services and prices/costs, including provisions for First Article Testing (destructive, non-destructive, test plan, and test report) and production units (with and without first article requirements). It also specifies inspection and acceptance criteria, delivery or performance terms (F.O.B. Origin), and contract administration data, including Wide Area Workflow (WAWF) payment instructions. A comprehensive list of contract clauses is incorporated by reference, covering various aspects such as legal, ethical, cybersecurity, small business, labor, environmental, and international trade regulations. Evaluation factors for award include Technical, Price or Cost, Past Performance, and Small Business Participation, with Technical being significantly more important than Cost or Price. The document provides instructions to offerors for proposal preparation using a best value process with a performance price tradeoff source selection procedure.
The document "TRANSPORTATION DATA FOR SOLICITATIONS" (Purchase Instrument Number: FD20302600210-00, initiated 16 OCT 2025) outlines transportation provisions and funding for federal government solicitations, primarily for the Department of Defense. It details F.O.B. terms (Origin and Destination), freight classification, and marking instructions for shipments, referencing specific FAR citations. A critical component is the mandatory contact with DCMA Transportation via the SIR eTool system for shipping instructions, regulatory clearances, and documentation for all FOB Origin, FMS, and FOB Destination OCONUS/Export movements to prevent shipping delays and additional vendor costs. The document specifies Transportation Account Codes (TACRN: AAA, AAB, AAC) and Purchase Instrument Line LOA for various line items and ship-to addresses, primarily DLA Distribution Depot Oklahoma at Tinker AFB. It also includes details for first article monitoring shipments to AFLCMC LZPED at Tinker AFB. The contract is administered by Glenn A. Carter from 406 SCMS / GULAA.