The provided document, likely an excerpt from a government Request for Proposal (RFP) or a similar technical specification, illustrates packaging instructions for electronic components, specifically batteries. The document includes two sketches: "Sketch 1: Foam Placement in Box," which details the positioning of foam at the top and bottom of a package, and "Sketch 2: Pack Assembly," which shows how OEM packaging and batteries are to be arranged. The assembly sketch indicates the inclusion of multiple sets of two batteries, each totaling 14.5 Wh, along with contact information. The overall purpose of this document is to provide clear, visual guidelines for the proper and safe packaging of batteries, ensuring their secure transit and compliance with relevant handling procedures.
This government solicitation (SPRDL1-25-R-0210) is for the procurement of "DETECTOR KIT, CHEMICAL" (NSN: 6665-01-706-8739, Mfr Part Number: 6001-000082-2, CAGE: 81361, approved manufacturer Thermo Scientific Portable Analytical Instruments, Inc., CAGE: 392A9, Part Number: 800-03009-01). The solicitation is a Firm Fixed Price, Supply Contract with an initial quantity of 22 units and an unexercised option for an additional 22 units, both with a delivery timeframe of 90 days after award/option exercise. Offers must be for the total quantity of all items and only one award will be made. Proposals must be submitted via email to the Contract Specialist by the due date of December 15, 2025, at 11:59 PM EST. A Technical Data Package (TDP) is available on SAM.gov, requiring a current DD 2345 and potentially a Use and Non-Disclosure Agreement for access. Inspection and acceptance will occur at the origin, requiring contractor-documented rework/repair procedures. The contract includes provisions for unique item identification (IUID) marking, packaging in accordance with MIL-STD-2073-1 and specific SPI (P6001-000082-2-Rev A; 26 MAR 2024), and adherence to regulations regarding Ozone Depleting Substances. Contractors must retain supply chain traceability documentation for ten years.
Amendment 0001 to solicitation SPRDL1-25-R-0210, issued by DLA Weapons Support (Warren), modifies a Firm Fixed Price contract for DETECTOR KIT, CHEMICALs. The amendment clarifies the restricted supply source part number and adds part number 6001-000082-2, manufactured by CAGE 392A9-Thermo Scientific Portable Analytical Instruments, Inc. The solicitation includes requirements for 22 units of the detector kit as a production quantity (Item 0001AA) and an unexercised option for an additional 22 units (Item 0002AA). The kits must conform to drawings from Government Entity CAGE 81361 - Edgewood Chemical Biological Center. Inspection and acceptance are required at the origin, necessitating contact with DCMA prior to shipment. All other terms and conditions of the original solicitation remain unchanged.
This government solicitation, SPRDL1-25-R-0210, is for a Firm Fixed Price supply contract for 22 Detector Kits, Chemical (NSN: 6665-01-706-8739, Mfr Part Number: 6001-000082-2), with an unexercised option for an additional 22 units. The solicitation is set aside for Small Business and issued by DLA LAND WARREN. Offers for less than the total quantity of all items will not be considered. Proposals must be submitted via email to Patricia Roussin (patricia.roussin@dla.mil) by December 15, 2025, at 11:59 pm EST. A Technical Data Package (TDP) is available on sam.gov and requires a current DD 2345 (Militarily Critical Technical Data Agreement) for access. All items require unique item identification (IUID) marking if the unit acquisition cost is $5,000 or more, or if otherwise specified. Packaging and marking must comply with MIL-STD-2073-1 and MIL-STD-129, including passive RFID tagging if DFARS clause 252.211-7006 is present. Inspection and acceptance will occur at the origin, requiring contractor coordination with DCMA. Deliveries are FOB Destination to Pine Bluff, AR, within 90 days after contract award for the base quantity and 90 days after option exercise for the option quantity. No Class I Ozone-Depleting Substances shall be used. Contractors must retain supply chain traceability documentation for ten years.