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 (DLA) is soliciting proposals for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to acquire spare parts for the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG). This is a Total Small Business Set-Aside opportunity. While originally for 14 parts, Amendment 0003 closed three specific NSNs on January 9, 2026. The deadline for proposals for the remaining NSNs has been extended to February 27, 2026, by Amendment 0004.
Scope of Work
This acquisition targets the procurement of spare parts to support the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G. The solicitation initially listed fourteen (14) specific National Stock Numbers (NSNs) and their associated nomenclature, such as Rotary Pump Units, Antenna Positioners, Speed Gear Assemblies, and various Hydraulic and Pneumatic Components. Estimated annual quantities are provided for planning purposes, but are not guaranteed.
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 (single and combined).
- Guaranteed Minimum: $25,000, to be split evenly among awardees if multiple awards are made.
- Awards: The Government intends to make multiple awards on an item-by-item basis (one awardee per item), but reserves the right to make a single award if it represents the best value. Awards are expected to be made on a rolling basis after the solicitation closes.
Key Requirements
- First Article Testing (FAT): Required by the contractor (FAR 52.209-3), unless waived by CECOM. Instructions for FAT and waiver requests are in Exhibit A - Technical Requirements Document.
- Technical Data Packages (TDPs): Subject to International Traffic in Arms Regulations (ITAR). Companies must have active status in the Defense Logistics Agency Joint Certification Program (JCP) to receive TDPs via DOD SAFE Access File Exchange (SAFE).
- Packaging: Must comply with MIL-STD-2073-1E or SPI AG00000339, and ISPM 15 for all wood packaging materials. Marking per MIL-STD-129R.
- Obsolescence Management: Contractors are required to manage Diminishing Manufacturing Sources and Material Shortages (DMSMS) and provide status reports.
- Chemical Agent Resistant Coating (CARC): Requirements for paint colors and application procedures are specified.
- Inspection and Acceptance: At origin.
- Delivery: FOB Destination.
Submission & Evaluation
This acquisition will be conducted in accordance with FAR Part 15, Contract by Negotiation, utilizing the Tradeoff method for evaluation. Sections L and M of the solicitation detail proposal and evaluation criteria. If only one offer is received for a given NSN, tradeoff procedures will not be used for that part. Proposals must adhere to all requirements, including cost and non-cost factors, to avoid being deemed nonresponsive.
Deadlines & Contacts
- Proposal Due Date: February 27, 2026 (for remaining NSNs).
- Primary Point of Contact: Keaneesha Canady, keaneesha.a.canady@dla.mil.
- Secondary Point of Contact: Kyle White, kyle.white@dla.mil.