This document is an amendment to solicitation SPRDL1-26-Q-0002, issued by DLA Weapons Support (Warren). The primary purpose of this amendment is to dissolve the previous small business set-aside and reissue the solicitation under full and open competition procedures, incorporating numerous changes detailed in updated solicitation pages. Additionally, the due date for offers has been extended to January 12, 2026, at 11:59 p.m. Eastern time. The amendment also details specific changes to contract clauses, including the deletion of FAR 252.225-7001 (Buy American and Balance of Payments Program) and the addition of FAR 52.219-4 (Notice of Price Evaluation Preference for HUBZone Small Business Concerns) and FAR 252.225-7036 (Buy American—Free Trade Agreements—Balance of Payments Program—Basic). All other terms and conditions of the original solicitation remain unchanged. The document also provides a list of federal acquisition regulations (FAR) clauses applicable to commercial products and services, some of which are specifically checked as incorporated into the contract, along with detailed definitions for terms related to domestic and foreign end products, critical components, and qualifying countries, as per the Buy American and Free Trade Agreements clauses.
This government solicitation (SPRDL1-26-Q-0002) is a Request for Proposal (RFP) for 'CARRIER, GEAR ASSEMBLY' (NSN: 3010-01-570-7426), issued by DLA LAND WARREN. It is a total small business set-aside with a firm-fixed-price contract type, requiring offers for the total quantity of items (7 for production and 7 for an unexercised option). The solicitation specifies approved manufacturers (Meritor and Oshkosh Defense) and requires inspection and acceptance at the origin. Delivery is FOB Destination, 240 calendar days after award for both the initial and option quantities. All proposals must be submitted electronically via email to the Contract Specialist by the due date of November 5, 2025, at 11:59 PM EST. The document details electronic contracting provisions, including SAM.gov registration for tracking and accessing controlled documents, and warns offerors to allow adequate time for submission. Unique Item Identification (UII) marking is required for delivered items with a unit acquisition cost of $5,000 or more, or as otherwise specified. Comprehensive packaging, marking, and supply chain traceability documentation are also mandated, including compliance with MIL-STD-2073-1 and MIL-STD-129. The use of Class I Ozone Depleting Substances (CIODS) is prohibited, and any Class II ODS use requires government approval.