Amendment 0001 to Solicitation Number SP330026Q5002, issued by the Defense Logistics Agency (DLA) Distribution Acquisition Operations (J7), extends the closing date for offers. The new deadline for submitting all quotes is December 11, 2025, at 3:00 PM EST. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge the amendment by the specified date and time may lead to the rejection of the offer. This document also outlines procedures for modifying existing offers based on this amendment and provides details for contract modifications for various administrative or supplemental changes.
Amendment 0002 to Solicitation SP330026Q5002 extends the closing date for offers to December 16, 2025, at 3:00 PM EST. This amendment also replaces Attachment 02 with a revised document, SPI OC8400001. Interested vendors can submit questions via email to Steven Lesh at steven.lesh@dla.mil until December 11, 2025, at 3:00 PM EST. Offerors must acknowledge receipt of this amendment through specified methods, such as completing items 8 and 15 and returning copies, acknowledging on the offer, or sending a separate communication. Failure to acknowledge receipt by the deadline may result in the rejection of an offer. This document outlines general instructions for amending solicitations or modifying contracts, emphasizing the importance of timely submission and clear referencing of solicitation and amendment numbers for any changes to already submitted offers.
Amendment 0003 for Solicitation SP330026Q5002, dated December 10, 2025, provides crucial clarifications regarding an RFP for Special Packaging Instruction (SPI) Corrugated Fiber Boxes for the Defense Logistics Agency (DLA) Distribution. This amendment, issued by the DLA Acquisition Operations, addresses vendor questions received up to December 10, 2025. Key clarifications include directing vendors to Attachment OC8400001 for detailed specifications, stating that no variance in delivered quantities is allowed, confirming that estimated quantities are based on historical data but orders will be placed as needed throughout the year, and establishing a minimum order quantity of 20 EA per item. The solicitation is a 100% Small Business Set-Aside and establishes a one-year base period with four one-year option periods under a Fixed Price (FP) with Economic Price Adjustment (EPA) Requirements Contract.
This amendment to Solicitation Number SP330026Q5002 addresses vendor questions and corrects errors in Attachment 001, the Schedule of Supplies and Services. The purpose is to procure Special Packaging Instruction (SPI) Corrugated Fiber Boxes. Key clarifications include the availability of detailed specifications in Attachment OC8400001, the rejection of quantity variances for deliveries, and confirmation that items will be ordered as needed throughout the year. The solicitation is a 100% Small Business Set-Aside, with estimated quantities based on historical data. Boxes must be shipped assembled and laid flat, and multiple blade pack types can be on one pallet if organized logically. The contract has a one-year base period with four one-year option years, establishing a Fixed Price (FP) with Economic Price Adjustment (EPA) Requirements Contract for Firm-Fixed Price (FFP) delivery orders.
This government file outlines instructions for responding to a solicitation, specifically for "Special Packaging Instruction (SPI) Blade Packs" for DLA Distribution Oklahoma City OK (DDOO). The document emphasizes that only highlighted yellow boxes should be completed, and any alterations to other sections will result in rejection of the quote. It details the structure for submitting pricing for a base year and four option years, with sections for CLIN (Contract Line Item Number) totals. The material information provided for each CLIN (0001, 1001, 2001, 3001, 4001) consistently refers to "Pack #1 RSC for SPI F OC-840-0001" with Material Group 8115, Material # (NIIN) N00005459, and a projected annual quantity of 110. The main purpose is to guide potential contractors through the specific formatting and content requirements for submitting a compliant proposal for the packaging of blade packs.
The document outlines instructions and material information for a federal government Request for Proposal (RFP) concerning Special Packaging Instruction (SPI) Blade Packs for DLA Distribution Oklahoma City (DDOO). It emphasizes strict adherence to completing only highlighted yellow boxes within the provided workbook, warning that any other alterations will result in rejection of the quote. The RFP details the period of performance, including a base year and four option years, with corresponding CLIN TOTALS. The material information specifies the product item description (PID) as "Pack #1 RSC for S+B4:E39PI F OC-840-0001" with associated material group (8115), material number (NIIN N00005459), and a projected annual quantity of 309. The description further details the #1 RSC box dimensions (15-1/4"L X 10-1/4"W X 3"D), construction (350# C, Glue In, Standard Pallet, 1 Color), and its purpose for Blade Pack Container SPI F OC-840-0001 with CODE ID 98748, reiterated across CLIN Numbers 0001, 1001, 2001, 3001, and 4001.
The document "OKLAHOMA U.S. AIR FORCE CITY PACKAGING ALC APPROVED DISTRIBUTION STATEMENT D TABLE ONE" appears to be a technical specification or a part of a government request for proposal (RFP) related to packaging requirements for the U.S. Air Force. The main topic revolves around the detailed specifications for packaging, likely for military supplies or equipment. The document's structure, indicated by "TABLE ONE" and headings such as "PACK NO.", "DIVIDERS", "CONTAINER I.D.", "TOTAL ITEMS PER CONT.", "DIMENSIONS", and "DIVIDER NO. REQ'D", suggests a tabular format outlining various packaging configurations. Key ideas include precise measurements in inches for containers and dividers, the number of items per container, and the required number of dividers. This level of detail is typical for federal government RFPs or contracts where specific dimensions and material requirements are critical for logistics, storage, and transportation of goods, especially in a military context. The document's purpose is to provide clear, unambiguous instructions for packaging to ensure standardization and proper handling of goods for the U.S. Air Force.
The provided government file, likely an exhibit from a federal or state RFP or grant related to logistics and packaging, details a table titled "TABLE ONE (ALL MEASUREMENTS IN INCHES)". This table outlines specifications for packaging and container components, specifically focusing on dividers. Key elements include "PACK NO.", "DIVIDERS", "CONTAINER I.D.", "TOTAL ITEMS PER CONT.", "DIMENSIONS", "DIVIDER NO. REQ'D", and "DIM. 'E'". The document originates from "OKLAHOMA" and references the "U.S. AIR FORCE" and "CITY PACKAGING ALC APPROVED". Its purpose is to standardize and provide precise measurements for packaging components, ensuring consistency and compliance with U.S. Air Force or related federal packaging requirements. The file focuses on detailed dimensional data essential for manufacturing or procuring specific packaging solutions.
The Defense Logistics Agency (DLA) Distribution Acquisition Operations (J7) has issued Request for Quote (RFQ) SP330026Q5002 for a Fixed Price with Economic Price Adjustment Requirements Contract for Special Packaging Instruction (SPI) Corrugated Fiber Boxes. This acquisition is a 100% Small Business Set-Aside under NAICS code 322211, with a size standard of 1,250 employees. The contract will have a one-year base period and four one-year option periods, starting December 15, 2025. Delivery orders will be Firm-Fixed Price, with a desired lead time of 21 calendar days and a required lead time of 30 calendar days to DLA Distribution Oklahoma City. The government intends to award a single contract based on the lowest-priced, technically acceptable offer, including a First Article Test (FAT) requirement. Offerors must be registered in SAM, use Wide Area Workflow for invoicing, and adhere to specific packaging, marking, and palletization standards. Questions are due by December 2, 2025.