CYLINDER ASSEMBLY, A

SOL #: SPRDL1-25-R-0152Award Notice

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA LAND WARREN
WARREN, MI, 48397, United States

Place of Performance

Pasadena, TX

NAICS

Fluid Power Cylinder and Actuator Manufacturing (333995)

PSC

Miscellaneous Power Transmission Equipment (3040)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 24, 2025
2
Last Updated
Mar 12, 2026

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

Key Dates

  • Amendment Published Date: February 5, 2026
  • Original Offer Due Date: September 3, 2025, at 01:00 PM

People

Points of Contact

Files

Files

Download

Versions

Version 4
Justification
Posted: Mar 12, 2026
View
Version 3Viewing
Award Notice
Posted: Feb 5, 2026
Version 2
Solicitation
Posted: Aug 4, 2025
View
Version 1
Sources Sought
Posted: Mar 24, 2025
View
Redacted Justification & Approval (J&A) | GovScope