This document, DD FORM 2169, is a Special Packaging Instruction (SPI) detailing the preservation and packaging requirements for an "AXLE ASSEMBLY, AUTOMOTIVE, DRIVING" (National Stock No. 2520-01-366-3318). The file specifies military preservation methods (MIL-STD-2073-1, Method 20), including cleaning with MIL-PRF-16173 and MIL-G-10924 preservatives, drying, and sealing with NAS-847 caps/plugs. Packaging involves MIL-PRF-121 Type II barriers, ASTM-D6199 Class 3 blocking and bracing, and a Level A container (ASTM-D7478, Type II, Class 2, Style A) with specific dimensions. Marking must conform to MIL-STD-129. The document includes a detailed Bill of Material (Table 1) with sizes, quantities, and descriptions for blocking, bracing, barriers, and hardware. It also provides figures illustrating hole locations, item placement within the container, and the axle's orientation. The overall purpose is to ensure the proper and secure packaging of the axle assembly for military logistics.
Amendment 0001 to solicitation SPRDL1-25-R-0177 extends the deadline for submitting offers. The new deadline is October 6, 2025, at 3:00 PM local time (Warren, MI), moving from the previous September 19, 2025, at 5:00 PM. All other terms and conditions of the original solicitation remain unchanged and in effect. This modification, issued by DLA Land Warren, is a standard amendment for a Firm Fixed Price supply contract. The document outlines procedures for offerors to acknowledge receipt of the amendment, emphasizing that failure to do so by the new deadline may result in rejection of their offer.
Amendment 0002 to solicitation SPRDL1-25-R-0177 extends the deadline for offers. The original deadline of October 6, 2025, at 3:00 PM local time (Warren, MI) has been moved to October 29, 2025, at 3:00 PM local time (Warren, MI). All other terms and conditions of the solicitation remain unchanged. This modification, issued by DLA LAND WARREN, is a firm-fixed-price supply contract. Offers must acknowledge receipt of this amendment to be considered.
Amendment 0003 to solicitation SPRDL1-25-R-0177 extends the deadline for offer submissions. The new deadline is November 4, 2025, at 3:00 PM local time (Warren, MI), an extension from the original October 29, 2025, at 3:00 PM. All other terms and conditions of the solicitation remain unchanged. This amendment, issued by DLA LAND WARREN, pertains to a Firm Fixed Price supply contract with Richard Campbell as the buyer. The document specifies procedures for acknowledging amendments and outlines the application of modifications to contracts or orders, including administrative changes under FAR 43.103(b).
This government solicitation, SPRDL1-25-R-0177, is for the acquisition of "AXLE ASSEMBLY, AUTOM" with NSN 2520-01-366-3318 and Mfr Part Number 12439164 (Oshkosh Defense, LLC, CAGE 75Q65, Part Number: 1837410 U). It is a Firm Fixed Price supply contract with a total of 5 units for immediate delivery and an unexercised option for an additional 5 units. The solicitation is set aside for Small Businesses, with a NAICS code of 336350. Offers for less than the total quantity will not be considered, and only one award will be made. The deadline for offer submission has been extended multiple times, with the final due date being November 4, 2025, at 3:00 PM local time (Warren, MI). All offers must be submitted electronically via email to the Contract Specialist. The acquisition specifies origin inspection and acceptance, military-grade preservation, packing, and marking in accordance with MIL-STD-2073-1 and MIL-STD-129 Revision R, including passive RFID tagging and adherence to ISPM 15 for wood packaging materials. Unique Item Identification (IUID) is required for delivered items. Contractors must retain supply chain traceability documentation for ten years and ensure no Class I or II Ozone Depleting Substances are used without government approval.
This government solicitation, SPRDL1-25-R-0177, is for commercial items, specifically Axle Assemblies (NSN: 2520-01-366-3318, Mfr Part Number: 12439164 from Oshkosh Defense, LLC). It outlines requirements for federal government RFPs, grants, and state/local RFPs. The solicitation was issued on August 20, 2025, with an offer due date of October 29, 2025, at 3:00 PM EST, following two amendments extending the deadline. The acquisition is a 100% small business set-aside with NAICS code 336350. Offers must include the total quantity for all items for award consideration, as only one award will be made. Contractors must provide supply chain traceability documentation, adhere to specific military packaging and marking standards (MIL-STD-2073-1 and MIL-STD-129), and ensure inspection and acceptance occur at the origin. Unique Item Identification (UII) is required for items with a unit acquisition cost of $5,000 or more, or as specified. No Class I or II Ozone Depleting Substances are to be used without government approval. Delivery is required within 400 days after contract award, with an option for an additional 5 units. Questions should be directed to Richard Campbell.
This government solicitation, SPRDL1-25-R-0177, issued by DLA Land Warren, is for the procurement of Axle Assemblies (NSN: 2520-01-366-3318, Mfr Part Number: 12439164). The solicitation was amended to extend the offer due date to October 6, 2025, at 3:00 PM local time (Warren, MI). It is a Firm Fixed Price, All or None acquisition, meaning offers for less than the total quantity of all items will not be considered. The procurement is restricted to a specific manufacturer's part number (Oshkosh Defense, LLC, Part Number: 1837410 U). Inspection and acceptance will occur at the origin, requiring contact with DCMA before shipment. Delivery is FOB Destination, with a required delivery within 400 days after contract award for the base quantity and an unexercised option quantity, both for 5 units each. The document details extensive packaging, marking, and unique item identification (IUID) requirements, including compliance with MIL-STD-2073-1, MIL-STD-129, and DFARS 252.211-7003. Contractors must retain supply chain traceability documentation for ten years. The use of Class I and II Ozone-Depleting Substances is prohibited without government approval.