AMG Spares in Support of the Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G

SOL #: SPRBL126R0002Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA LAND AT ABERDEEN
ABER PROV GRD, MD, 21005, United States

Place of Performance

New Cumberland, PA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

Antennas, Waveguide, And Related Equipment (5985)

Set Aside

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

Timeline

1
Posted
Oct 21, 2025
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 28, 2026, 3:59 AM

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).

People

Points of Contact

Keaneesha A. CanadyPRIMARY
Kyle WhiteSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 16
Solicitation
Posted: Mar 16, 2026
View
Version 15
Solicitation
Posted: Mar 9, 2026
View
Version 14
Solicitation
Posted: Mar 4, 2026
View
Version 13
Solicitation
Posted: Mar 3, 2026
View
Version 12Viewing
Solicitation
Posted: Feb 26, 2026
Version 11
Solicitation
Posted: Jan 30, 2026
View
Version 10
Solicitation
Posted: Dec 19, 2025
View
Version 9
Solicitation
Posted: Dec 19, 2025
View
Version 8
Solicitation
Posted: Dec 19, 2025
View
Version 7
Solicitation
Posted: Nov 24, 2025
View
Version 6
Solicitation
Posted: Nov 24, 2025
View
Version 5
Solicitation
Posted: Nov 24, 2025
View
Version 4
Solicitation
Posted: Nov 21, 2025
View
Version 3
Solicitation
Posted: Nov 7, 2025
View
Version 2
Solicitation
Posted: Nov 7, 2025
View
Version 1
Solicitation
Posted: Oct 21, 2025
View