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), on behalf of the Army ILSC, is soliciting proposals for spare parts 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 are due by March 28, 2026.
Scope of Work
This acquisition procures fourteen (14) spare parts for the AMG system, including items such as Antenna Positioners, Speed Gear Assemblies, Mast Controls, Antenna Supports, Distribution Boxes, and Stabilizing Struts. Estimated annual quantities are provided for planning purposes, with a guaranteed minimum of $25,000 (split among awardees if multiple awards are made). The maximum contract value for all awards is $13,000,000.
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.
- 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. However, the Contracting Officer reserves the right to make a single award if it represents the best value.
Key Requirements
- First Article Testing (FAT): Required by the contractor unless waived by CECOM. Instructions for FAT and waiver requests are in Section I 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). TDPs will be uploaded to DOD SAFE Access File Exchange (SAFE).
- Packaging: Must comply with MIL-STD-2073-1E or SPI AG00000339, and ISPM 15 for wood packaging.
- Place of Performance: New Cumberland, PA.
Submission & Evaluation
This procurement will be conducted under FAR Part 15, Contract by Negotiation, utilizing a Tradeoff method for proposal evaluation. Sections L and M provide detailed proposal and evaluation criteria. If only one offer is received for a given NSN, tradeoff procedures will not be used for that part. Offerors must adhere to all proposal requirements, including cost and non-cost factors, to avoid being deemed nonresponsive.
Important Notes
- Proposal Deadline: The overall solicitation closing date is March 28, 2026. Note that some National Stock Numbers (NSNs) had earlier closing dates: NSNs 4320-01-259-0796, 4320-01-241-5051, and 5985-01-126-2478 closed on January 9, 2026, and NSN 5895-01-163-3644 closed on February 27, 2026. The latest amendment extended the deadline for other remaining NSNs to March 13, 2026.
- Pricing & Delivery: Detailed pricing structures, estimated annual quantities, range quantities, and required delivery schedules (including FAT timelines) are provided in the "Price and Delivery Spreadsheet R2.xlsx" and other pricing attachments.
- Points of Contact: Primary: Keaneesha A. Canady (keaneesha.a.canady@dla.mil), Secondary: Kyle White (kyle.white@dla.mil).