Amendment 0002 to Solicitation SPRRA2-25-Q-0052, issued by the DEFENSE LOGISTICS AGENCY, extends the closing date for offers. The solicitation, a Firm Fixed Price supply contract for the AVENGER weapon system, will now close at 3:00 PM Central Standard Time (CST) on January 16, 2026. All other terms and conditions of the original solicitation remain unchanged and in full effect. This amendment ensures that potential contractors are aware of the revised submission deadline.
Amendment 0001 to Solicitation SPRRA2-25-Q-0052, issued by the DEFENSE LOGISTICS AGENCY, modifies a Firm Fixed Price supply contract for the AVENGER weapon system. The primary purpose of this amendment is to change the set-aside status from a 100% Total Small Business Set-Aside to an Unrestricted Full and Open Competition requirement. Consequently, clauses 52.219-13 and 52.219-6, related to small business set-asides, have been removed. Additionally, the solicitation closing date has been extended to October 16, 2025, at 5:00 PM Central Standard Time (CST). All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment through specified methods to ensure their offers are considered.
Amendment 0002 to Solicitation SPRRA2-25-Q-0052, issued by the DEFENSE LOGISTICS AGENCY, extends the closing date for offers. The solicitation, a Firm Fixed Price supply contract for the AVENGER Weapon System, will now close at 3:00 PM Central Standard Time (CST) on January 16th, 2026. All other terms and conditions of the original solicitation remain unchanged. This amendment ensures that potential contractors are aware of the revised deadline for submitting their proposals.
This Request for Quotation (RFQ) from the Defense Logistics Agency is a 100% small business set-aside for 80 circulating fans (NSN: 4140-01-476-2343, PN: 13502436) to support the M-D6 Patriot Weapon System. It's a firm-fixed-price, one-time buy requiring Government First Article Testing (FAT) with two samples to be delivered within 360 days, followed by a 90-day government evaluation period. Production units (78) are due 500 days after FAT approval. The RFQ emphasizes compliance with MIL-STD-129 for packaging and marking, ISO 9001:2015 for quality, and mandates electronic submission of offers to BRYLEE.MALONE@DLA.MIL. Technical data packages require a request via email to Cheyenne.wright@dla.mil and Joint Certification Program (JCP) certification. The document outlines requirements for contractor points of contact, electronic invoicing via WAWF, specific instructions for engineering change proposals, and mandates ISPM-15 compliant wood packaging materials.
This government solicitation, SPRRA2-25-R-0102, is a sole-source, five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for "NAVIGATION SET SATE" units (NSN: 5825-01-656-2513, Part No: 34212080-102-001) from Honeywell International (CAGE 0BFA5). The contract supports the M-E8 Army TACMS Weapon System with a Firm Fixed Price (FFP) structure. The minimum quantity is 9 units per year for five years, totaling 45 units, with delivery required 450 days after contract award. Key requirements include compliance with MIL-STD-129 for packaging and markings, IUID markings, and a Defense Priority and Allocations System (DPAS) "DO" rating. Offerors must provide certified cost or pricing data if requested and are subject to detailed quality, delivery, and payment clauses, including the use of Wide Area WorkFlow (WAWF) for invoicing. A small business subcontracting plan is also required.