AMG Spares in Support of the Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G
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
The Defense Logistics Agency-Aberdeen is soliciting proposals for AMG Spares to support the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG). This is a Total Small Business Set-Aside for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. Proposals for specific NSNs are due January 9, 2026, while the remaining NSNs are due January 30, 2026.
Scope of Work
This acquisition is for the procurement of fourteen (14) spare parts for the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG). Key items include Rotary Pump Units, Antenna Positioners, Speed Gear Assemblies, Mast Controls, Hydraulic/Pneumatic Components, and Stabilizing Struts. Estimated annual quantities are provided for planning purposes, with a guaranteed minimum of $25,000.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ), Long-Term Contract (LTC).
- Period of Performance: One five-year base period with no option years.
- Maximum Contract Value: $13,000,000 for all awards.
- Set-Aside: Total Small Business Set-Aside (FAR 52.219-6).
- Award Strategy: The Government intends to make multiple awards on an item-by-item basis, with one awardee per item. The Contracting Officer reserves the right to make a single award if it represents the best value.
Key Requirements
- First Article Testing (FAT): Required unless waived by CECOM. Instructions for FAT and waiver requests are in FAR 52.209-3 and Exhibit A - Technical Requirements Document.
- Technical Data Packages (TDPs): Subject to International Traffic in Arms Regulations (ITAR). Access requires active status in the Defense Logistics Agency Joint Certification Program (JCP) and will be provided via DOD SAFE Access File Exchange (SAFE).
- Packaging: Must comply with MIL-STD-2073-1E and ISPM 15 for wood packaging material, with marking per MIL-STD-129R.
- Configuration Management: Adherence to specified Configuration Baselines (CB) and procedures for Engineering Change Proposals (ECP) and Requests for Variance (RFV).
- Obsolescence Management: Contractors must manage Diminishing Manufacturing Sources and Material Shortages (DMSMS).
Evaluation & Submission
- Method: FAR Part 15 Contract by Negotiation, utilizing the Tradeoff method (unless only one offer for a given NSN).
- Criteria: Refer to Sections L and M of the solicitation for detailed proposal and evaluation criteria, including Technical, Past Performance, Delivery Schedule, and Price.
- Proposal Adherence: All proposals must adhere to requirements in Sections L and M, including cost and non-cost factors. Failure to provide complete information may render a proposal nonresponsive.
Deadlines & Contacts
- Closing Date (Specific NSNs: 4320-01-259-0796, 4320-01-241-5051, 5985-01-126-2478): January 9, 2026.
- Closing Date (Remaining NSNs): January 30, 2026.
- Primary Point of Contact: Keaneesha Canady, keaneesha.a.canady@dla.mil
- Secondary Point of Contact: Kyle White, kyle.white@dla.mil