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 (DLA) Land at Aberdeen, on behalf of the Army Integrated Logistics Supply Center (ILSC), is soliciting proposals for spare parts to support the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG). This Request for Proposal (RFP) will result in a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) Long-Term Contract (LTC) with a five-year base period. While initially a total small business set-aside, Amendment 0006 has dissolved the small business set-aside for five specific National Stock Numbers (NSNs), making them unrestricted for full and open competition. Proposals are due March 13, 2026.
Scope of Work
This acquisition is for the procurement of fourteen (14) spare parts for the CECOM Mast Group. Key items include:
- Unrestricted NSNs: Antenna Positioner (5985-01-192-2031), Speed Gear Assembly (3010-01-668-7226), Antenna Support (5985-01-191-2231), Distribution Box (6110-01-117-8279), and Stabilizing Strut (5985-01-191-2232).
- Remaining Small Business Set-Aside NSNs: Including Mast Control (5985-01-126-2479) and other components from the original list of 14 items. The contract has a guaranteed minimum of $25,000 and a maximum value of $13,000,000.
Contract Details
- 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.
- Awards: 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.
Set-Aside Status
Initially a total (100%) small business set-aside, Amendment 0006 has changed the status for five specific NSNs to unrestricted, allowing for full and open competition. The remaining NSNs are still designated as small business set-asides.
Key Requirements
- First Article Testing (FAT): Required by the contractor 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). Access requires an active status in the Defense Logistics Agency Joint Certification Program (JCP), with TDPs provided via DOD SAFE.
- Packaging: Must comply with ISPM 15 for Wood Packaging Material and Military Packaging per MIL-STD-2073-1E, with marking per MIL-STD-129R.
Submission & Evaluation
This acquisition will be conducted in accordance with FAR Part 15, Contract by Negotiation, utilizing the Tradeoff method for proposal evaluation. If only one offer is received for a given NSN, tradeoff procedures will not be used. Evaluation criteria are detailed in Sections L and M. Offerors must adhere to all proposal requirements, including cost and non-cost factors, to avoid being deemed nonresponsive.
Important Dates & Contacts
- Proposal Due Date: March 13, 2026
- Primary Point of Contact: Keaneesha A. Canady (keaneesha.a.canady@dla.mil)
- Secondary Point of Contact: Kyle White (kyle.white@dla.mil)