CYLINDER ASSEMBLY, A
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
Amendment P00001 has been issued for solicitation SPRDL1-25-R-0152, for the procurement of CYLINDER ASSEMBLY, A (NSN: 3040-01-457-1272) by the DEFENSE LOGISTICS AGENCY (DLA LAND WARREN). This opportunity is a 100% Small Business Set-Aside. The amendment's primary purpose is to correct a contractor address. The original offer due date for the solicitation is September 3, 2025, at 01:00 PM.
Scope of Amendment
This amendment (P00001) corrects the contractor address from 5814 Winsome Lane to 5810 Winsome Lane, Houston, TX 77057-5609. All other terms and conditions of the original solicitation, except for this address correction, remain unchanged and in full force and effect.
Original Solicitation Details
- Purpose: Acquire "CYLINDER ASSEMBLY, A" (NSN: 3040-01-457-1272).
- Key Requirements: Only the approved manufacturer, DRS Sustainment Systems Inc. (CAGE: 98255, Part Number: SW25286), is authorized. An "All or None" provision requires offers for the total quantity, leading to a single award. Packaging must comply with MIL-STD-2073-1 and MIL-STD-129. Unique Item Identification (UII) is required for items with a Government unit acquisition cost of $5,000 or more.
- Contract Type: Firm Fixed Price.
- Period of Performance: Delivery is required within 180 days after contract award for both the base and any unexercised option quantities.
- FOB Point: Destination.
- Option: An unexercised option quantity for an additional 107 units is included.
- Set-Aside: This is a 100% Small Business Set-Aside.
- Submission: Proposals must be submitted via email to the Contract Specialist, STACY.M.JOHNSON@DLA.MIL. Vendors must be registered in SAM.gov. The solicitation incorporates FAR 52.212-1, 52.212-4, and 52.212-5 by reference.
- Evaluation: Evaluation will be based on factors including "EVALUATION OF OPTIONS" and "EVALUATION--F.O.B. ORIGIN."
- Notes: Technical Data Packages (TDPs) are not included with the solicitation; vendors should follow instructions in Section L for access. Electronic contracting is required, and Wide Area WorkFlow (WAWF) is the system for submitting payment requests and receiving reports.
Contact Information
- Primary Contact: Stacy M. Johnson
- Email: stacy.m.johnson@dla.mil
- Phone: 1-586-747-4511
Key Dates
- Amendment Published Date: February 5, 2026
- Original Offer Due Date: September 3, 2025, at 01:00 PM