Amendment 0001 to solicitation SPRDL1-24-R-0166 extends the closing date for offers from September 18, 2025, to October 10, 2025, at 5:00 PM. This modification, issued by DLA LAND WARREN, aims to provide additional time for contractors to submit proposals for a Firm Fixed Price supply contract. All other terms and conditions of the original solicitation remain unchanged. Contractors must acknowledge receipt of this amendment through specified methods to ensure their offers are considered valid. The amendment emphasizes the importance of timely acknowledgment to prevent rejection of offers.
Amendment 0002 to solicitation SPRDL1-24-R-0166 extends the closing date for offers from October 10, 2025, to October 31, 2025, at 5:00 PM. This modification, issued by DLA Land Warren, pertains to a Firm Fixed Price supply contract. All other terms and conditions of the original solicitation remain unchanged. Contractors must acknowledge receipt of this amendment to ensure their offers are considered valid.
Amendment 0003 to solicitation SPRDL1-24-R-0166 extends the closing date for offers from October 31, 2025, to November 21, 2025, at 5:00 PM. This modification, issued by DLA Land 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 bids are considered. This document serves as a formal notification of the schedule change for the solicitation.
Amendment 0004 to solicitation SPRDL1-24-R-0166 extends the closing date for offers from November 21, 2025, to December 5, 2025, at 5:00 PM. This modification ensures that all other terms and conditions of the original solicitation remain unchanged. The amendment, issued by DLA Land Warren and administered by John Moses, pertains to a Firm Fixed Price supply contract. Offerors must acknowledge receipt of this amendment through specified methods to ensure their offers are considered valid. This document serves as a formal notification to prospective contractors regarding the revised deadline for submission.
The document outlines the MIL-PRF-53051D performance specification for wheel-mounted, diesel engine-driven pump assemblies used for bulk transfer of fuel and potable water. It is approved for use by the U.S. Army and other Department of Defense agencies. The specification details two types of pump assemblies: Type I for fuel and Type II for water, with varying capacities up to 1,250 gallons per minute. Key sections cover functional requirements, material specifications, component characteristics, and compliance with environmental and electromagnetic standards. The document emphasizes the need for robust construction to withstand various operational conditions, including extreme temperatures and corrosive environments, as well as safety considerations like emergency shutoff and operator accessibility. Additionally, it outlines the specifications for electrical systems, controls, and transportability, ensuring the pumps meet military standards for functionality and reliability. Overall, this specification serves as a guideline for procuring durable, efficient, and safe pump assemblies for military operations involving fluid transfer.
This government solicitation, SPRDL1-24-R-0166, is a 100% Total Small Business Set Aside for the procurement of 14 Water Pumping Assembly units (MIL-PRF-53051D, M53051-2-2, Type 2, Size 2, 600 GPM capacity at 350 feet total head). The contract is Firm Fixed Price and includes requirements for First Article Testing (FAT) and Contract Data Requirements List (CDRL) items, which are separately priced. An unexercised option for an additional 14 units is also included. The solicitation details extensive logistics requirements, including Maintenance Analysis, Level of Repair Analysis (LORA), Long Lead Time Items (LLTI), and Support Equipment Tools and Test Equipment (STTE). Technical publications, such as Operator Manuals, Field Maintenance Manuals, and Repair Parts and Special Tools Lists (RPSTL), are required in XML format and must be Interactive Authoring and Display System (IADS) compliant. Offerors must submit proposals via email to the Contract Specialist, adhering to strict deadlines. All offers must be for the total quantity, as only one award will be made, and offers for less than the total quantity are ineligible.