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 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 acquisition, initially a total small business set-aside, now includes unrestricted (full and open competition) items alongside remaining small business set-aside items. Proposals are due by April 1, 2026.
Scope of Work
This procurement is for spare parts for the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G. The solicitation initially covered 14 National Stock Numbers (NSNs), but amendments have closed some, leaving 10 NSNs open. Key items include Antenna Positioners, Speed Gear Assemblies, Mast Controls, Stabilizing Struts, Distribution Boxes, and Antenna Supports. The Technical Requirements Document (TRD) details specifications for configuration baselines, obsolescence management, Chemical Agent Resistant Coating (CARC), packaging (MIL-STD-2073-1E, ISPM 15), and specialized First Article Testing (FAT) requirements.
Contract & Timeline
- Type: Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) Long-Term Contract (LTC).
- Duration: 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 (split evenly if multiple awards).
- Set-Aside: Initially a Total Small Business Set-Aside. Amendment 0006 changed five specific NSNs (5985-01-192-2031, 3010-01-668-7226, 5985-01-191-2232, 6110-01-117-8279, 5985-01-191-2231) to unrestricted (full and open competition). The remaining open NSNs are still small business set-asides.
- Proposal Due: April 1, 2026.
- Published: March 9, 2026 (latest amendment).
Evaluation
This acquisition will be conducted under FAR Part 15, Contract by Negotiation, utilizing a Tradeoff method for evaluation. Proposals will be assessed based on Technical, Past Performance, Delivery Schedule, and Price. The government intends to make multiple awards on an item-by-item basis, with one awardee per item, but reserves the right to make a single award if it represents the best value.
Additional Notes
Technical Data Packages (TDPs) are subject to International Traffic in Arms Regulations (ITAR). Companies must have an active status in the Defense Logistics Agency Joint Certification Program (JCP) to receive TDPs via DOD SAFE. First Article Testing (FAT) is required unless waived, with instructions provided in FAR 52.209-3 and Exhibit A (TRD). Bidders must adhere to proposal requirements in Sections L and M, including cost and non-cost factors, to avoid non-responsive proposals. Pricing and delivery spreadsheets provide detailed information on estimated annual quantities, CLINs, quantity ranges, and required delivery timelines.