This document outlines the special packaging instructions (SPI) for NSN 5895-01-660-8550, a Control Selector, dated July 8, 2024. It details military preservation, packing, and marking requirements in accordance with MIL-STD-2073-1 and the specific SPI number AK16608550. Key requirements include Level B packing, a quantity of one per unit package, and MIL-STD-129 compliant marking, including bar coding and MSL labels. Palletization is required for shipments exceeding 50 cubic feet or 125 pounds, utilizing 40 x 48 inch, 4-way entry pallets. All non-manufactured wood packaging materials must be heat-treated to 56 degrees Celsius for 30 minutes and marked in accordance with International Plant Protection Convention standards. Hazardous materials packaging must comply with IATA, IMDG, and CFR Title 29, 40, and 49 regulations, with a Product Safety Data Sheet (SDS) included. A prototype package is required for validation, and minor dimensional changes need 60-day notification. The SPI specifies MIL-STD-2073-1, Method 42 for military preservation, including wrapping, cushioning with foam pads (A-A-59136), and specific container types for Level A and B packing. Inspection of preservation and packing is mandated by MIL-STD-2073-1 and MIL-STD-1186.
Amendment 0001 to Solicitation SPRDL1-25-R-0031, issued by DLA LAND WARREN, extends the due date for offers from October 17, 2025, to November 24, 2025, at 5:00 PM. This is a Firm Fixed Price supply contract. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning two copies, acknowledging it on each offer copy, or by separate letter or telegram, prior to the new due date, to avoid rejection of their offer. The amendment was signed by DAVID EDWARDS, the Contracting Officer, on October 18, 2025.
Amendment 0002 to solicitation SPRDL1-25-R-0031 extends the deadline for offer submissions from November 24, 2025, to December 15, 2025, at 5:00 PM. This modification, issued by DLA Weapons Support (Warren), pertains to a Firm Fixed Price supply contract. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are not rejected. The amendment was signed on October 24, 2025, by David Edwards, the contracting officer.
This government solicitation, SPRDL1-25-R-0031, is an RFP for a Firm Fixed Price supply contract for "SELECTOR CONTROL SUBASSEMBLY" (NSN: 5895-01-660-8550, Mfr Part Number: 500K4360 from HDT Expeditionary Systems, CAGE: 92878). The contract spans five ordering years, with an estimated annual quantity of 45 units and a guaranteed minimum of 3 units for the first year, totaling a maximum of 225 units over five years. Offers must be for the total quantity, as only one award will be made. The solicitation emphasizes electronic submission via email to the Contract Specialist, David Edwards (david.edwards@dla.mil), and adherence to strict submission deadlines. Technical Data Packages (TDPs) are source-controlled and require specific access procedures via SAM.gov, potentially involving a DD 2345 (Militarily Critical Technical Data Agreement) or a Use and Non-Disclosure Agreement. Inspection and acceptance occur at the origin, requiring DCMA contact before shipment. Contractors must retain supply chain traceability documentation for ten years. Packaging must comply with MIL-STD-2073-1 and MIL-STD-129, including bar coding, MSL labels, and passive RFID tagging. Hazardous materials packaging must follow relevant regulations. The contract also includes clauses for Item Unique Identification (IUID) for items with a unit acquisition cost of $5,000 or more, and strict prohibitions against the use of Class 1 Ozone Depleting Substances (CIODS).