This document outlines a commercial solicitation for the procurement of diesel engines (NSN: 2815-01-672-6223, Mfr Part Number: 12597605) by the DLA Weapons Support (Warren). The solicitation, SPRDL1-26-Q-0019, was initially set aside for small businesses but this designation was removed by Amendment 0001, which also extended the offer due date to January 22, 2026, at 11:59 pm Eastern time. The contract type is Firm Fixed Price, and only one award will be made, requiring offerors to bid on the total quantity of all items. The solicitation emphasizes electronic submission of proposals via email to the Contract Specialist, Patricia Roussin (patricia.roussin@dla.mil). Key requirements include accessing Technical Data Packages (TDPs) through SAM.gov, which may require a DD 2345 certification and JCP registration, and adhering to strict packaging (MIL-STD-2073-1E, Military Level Preservation, Level A Packing), inspection (at origin, with DCMA involvement), and delivery schedules (365 days after award to DLA Distribution Red River, Texarkana, TX). The document also details clauses related to unique item identification (DFARS 252.211-7003), supply chain traceability, the prohibition of Class 1 Ozone Depleting Substances, and specific requirements for pretreatment and CARC painted material, including ISO 9001:2015 quality standards.
This government solicitation, SPRDL1-26-Q-0019, is for the acquisition of Diesel Engines (NSN: 2815-01-672-6223, Mfr Part Number: 12597605) on a Firm Fixed Price basis, with an option for an increased quantity. Initially set aside for small businesses, Amendment 0001 removed this designation and extended the offer due date to January 22, 2026, at 11:59 PM EST. Amendment 0002 added a price evaluation preference for HUBZone Small Business Concerns. The solicitation emphasizes an "All or None" award, requiring offers for the total quantity of all items. Proposals must be submitted via email to the Contract Specialist. The Technical Data Package (TDP) is accessible through SAM.gov and requires a current DD 2345 form for export-controlled data. Contractors are responsible for creating shop drawings, adhering to packaging standards (MIL-STD-2073-1E), and ensuring supply chain traceability for ten years. Unique Item Identification (UID) is required for items with a unit acquisition cost of $5,000 or more, or as specified. Inspection and acceptance will occur at the origin, and specific requirements for pretreatment and Chemical Agent Resistant Coating (CARC) painted material are detailed, prohibiting Class I Ozone Depleting Substances.
This document is a federal government Request for Proposal (RFP) for commercial items, specifically for diesel engines, issued by DLA Weapons Support (Warren). It outlines the solicitation process, contractual requirements, and technical specifications for the procurement. Key aspects include that it is a total small business set-aside, requiring offers only from small businesses. All proposals must be submitted via email to the Contract Specialist by January 6, 2026, at 11:59 PM EST. The solicitation emphasizes an "All or None" policy, meaning offers must provide the total quantity for all items to be considered for a single award.The RFP details requirements for a Technical Data Package (TDP), which is accessible through SAM.gov and may require a DD 2345 (Militarily Critical Technical Data Agreement) for export-controlled information. It specifies military-level preservation, packing, and marking in accordance with MIL-STD-2073-1E and MIL-STD-129, including passive RFID tagging and heat treatment for wood packaging materials. Inspection and acceptance will occur at the origin, and contractors must comply with ISO 9001:2015 or equivalent quality standards and MIL-STD 1916 for product acceptance. The document also includes clauses for Item Unique Identification and Valuation (IUID) and strict requirements for pretreatment and Chemical Agent Resistant Coating (CARC) for painted materials, prohibiting Class I Ozone Depleting Substances. Contractors are required to retain supply chain traceability documentation for ten years.