Amendment 0001 to Solicitation SPRDL1-25-Q-0150, issued by DLA LAND WARREN, modifies a federal government Request for Proposal (RFP) for Cylinder Assemblies. The primary purpose of this amendment is to change the part number from PG200016G to 9261586G for the Cylinder Assembly, Actuating (NSN: 3040-01-597-3752). The solicitation, dated August 1, 2025, with an effective date of August 22, 2025, outlines the procurement of three production quantity units and three unexercised option quantity units of the Cylinder Assembly. All other terms and conditions of the original solicitation remain unchanged. The contract type is Firm Fixed Price, with a delivery timeframe of 180 days after award, and the FOB point is Destination. The amendment also specifies packaging, inspection, and acceptance details, including shipment to DLA Distribution Red River for the production quantity and DLA Land Warren for the option quantity.
The document, DD Form 2169, outlines special packaging instructions for a Hydraulic Cylinder (Part No. PG200016G, National Stock No. 3040-01-597-3752). It details preservation, cleaning, drying, and packing procedures in accordance with military and ASTM standards. Key steps include applying preservatives, sealing openings with caps/plugs, wrapping the cylinder in grease paper, and securing it with blocking and bracing within a modified ASTM-D6251 container. The unit pack specifications are provided, including weight, cubic feet, and dimensions. The document emphasizes specific marking requirements for the reusable container, such as "REUSABLE CONTAINER, DO NOT DESTROY" and "REMOVE LAG SCREWS TO OPEN CONTAINER." Detailed notes specify inspection procedures, preservative application, and lumber sizes for blocking, ensuring proper and safe packaging for the hydraulic cylinder.
This government solicitation, SPRDL1-25-Q-0150, is an RFP for "CYLINDER ASSEMBLY,A" and "CYLINDER ASSEMBLY, ACTUATING" (NSN: 3040-01-597-3752, Mfr Part Number: PG200016G) manufactured by JOHN DEERE SHARED SERVICES, LLC, Cage Code 3PSD7. It's a total small business set-aside with a firm-fixed-price contract type. Only one award will be made, and offers for less than the total quantity will not be considered. The solicitation details electronic submission requirements via email to the Contract Specialist, Junae Tabb (Junae.Tabb@dla.mil), by September 2, 2025, at 2:00 PM local time (EST). It outlines strict packaging and marking requirements, including military-level preservation, packing, and marking (MIL-STD-2073-1, MIL-STD-129, and SPI AK15973752 Rev B), and mandates compliance with wood packaging material (WPM) heat treatment standards (ISPM 15). Inspection and acceptance will occur at the origin, requiring contractor coordination with DCMA before shipment. The document also details policies on using ozone-depleting substances (CIODS), emphasizes supply chain traceability, and specifies item unique identification (IUID) requirements for items with a unit acquisition cost of $5,000 or more, though the listed cylinder assemblies are exempt. Delivery is required within 180 days after contract award, with an option for an unexercised quantity of the same item.
The document is a solicitation for commercial items from the Defense Logistics Agency (DLA) Land Warren, specifically for a firm-fixed price contract for two types of cylinder assemblies, aimed at small business participation. It details information necessary for bidders, including the offer due date, required submission formats, and references to federal acquisition regulations (FAR).
Key elements include the acquisition specifics such as the total quantity required, delivery terms, acceptance points, and inspection procedures at the origin. The document instructs offerors on requirements for technical data packages and highlights that only specific manufacturer's part numbers are acceptable.
It emphasizes the necessity for compliance with military packaging, marking, and hazardous materials regulations. Notably, bidders are required to provide unique item identification for certain items and authenticate traceability documentation. Furthermore, changes to the specifications require government approval, and stringent guidelines for ozone-depleting substances are outlined. The overall purpose of this solicitation is to procure high-quality supplies while ensuring fair and transparent bidding processes among eligible vendors, ultimately supporting military readiness.