DD FORM 1423-1, FEB 2001 is a Contract Data Requirements List (CDRL) used for federal government RFPs, grants, and state/local RFPs. It details data items required from contractors, outlining information such as data item number, title, authority, contract reference, requiring office, frequency of submission, and distribution. The form includes specific instructions for both government personnel in preparing the CDRL and for contractors in understanding pricing groups (Group I to IV) related to data item development and delivery. It emphasizes the importance of accurate reporting, timely submissions, and proper distribution statements. The document also provides guidance on how to complete each block, ensuring clarity and compliance with government requirements for data acquisition and management.
The DD Form 1423-1, Contract Data Requirements List, is a standardized government form used in federal contracting for specifying data deliverables. It details requirements for items such as technical reports, studies, and services, ensuring contractors provide necessary information in a defined format. The form includes fields for contract line item number, data item title, authority, contract reference, requiring office, submission frequency, and distribution. Key instructions for both government personnel and contractors clarify how to complete the form, including guidelines for pricing data items based on the effort required for their production. For example, a "Technical Report – Study/Services" for LHD/A MCS I/O CABLES is designated as Data Item A002, with submissions due within 30 days of study completion and delivered electronically in Microsoft Office 2010 or Adobe PDF format. Distribution is restricted to the U.S. Department of Defense and its contractors. This form is crucial for managing and documenting data exchanges in government contracts.
This government Request for Proposal (RFP) N6449826Q0302 solicits Women-Owned Small Businesses (WOSB) to provide fully assembled I/O cables for the Naval Surface Warfare Center Philadelphia Division (NSWCPD). These cables are crucial for modernizing the Landing Helicopter Dock and Landing Helicopter Assault (LHD/A) Machinery Control Systems (MCS) Land Based Test Environment, replacing obsolete components. The contract requires the provision of 1,075 I/O Cable assemblies, along with contract status and technical reports. Key specifications detail cable components, assembly, and strict security requirements for Controlled Unclassified Information (CUI) and unclassified Naval Nuclear Propulsion Information (U-NNPI). The contractor must prevent counterfeit materials, adhere to specific packaging and marking instructions, and comply with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Deliveries are due by October 15, 2026, to NSWC Philadelphia Division, which will also handle inspection and acceptance.
This government Statement of Work (SOW) outlines the requirements for providing Input/Output (I/O) cables for the Naval Surface Warfare Center Philadelphia Division's (NSWCPD) LHD/A Machinery Control Systems (MCS) Land Based Test Environment. The contract is for non-personal services to address obsolescence issues with the current MCS I/O cables due to a technology refresh, specifically the transition from VME to VPX chassis design. The contractor is required to supply 1075 fully assembled I/O cables that meet detailed specifications, including components like headers, connectors, wires, ferrules, labels, sleeves, and electrical tape, along with precise assembly instructions. The document also covers critical aspects such as manufacturing phase-out notification, data requirements (Contract Status Report and Technical Report), and stringent security requirements for Operations Security (OPSEC), Controlled Unclassified Information (CUI), Planning, Programming, Budgeting, and Execution (PPBE) data, and Unclassified Naval Nuclear Propulsion Information (U-NNPI). Counterfeit material prevention measures are emphasized, aligning with DFARS 252.246-7007. The primary place of performance is the contractor's facility, and delivery will be to NSWCPD in Philadelphia.