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, has been modified by amendments, making several National Stock Numbers (NSNs) unrestricted for full and open competition. The contract will be a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) with a five-year base period. Proposals are due March 31, 2026.
Scope of Work
This procurement is for various spare parts for the CECOM Mast Group. Initially, 14 specific NSNs were identified, including Antenna Positioner, Speed Gear Assembly, Mast Control, and Distribution Box. However, Amendment 0003 closed three NSNs (4320-01-259-0796, 4320-01-241-5051, 5985-01-126-2478). The remaining NSNs require First Article Testing (FAT) by the contractor, unless waived. Technical Data Packages (TDPs) are subject to International Traffic in Arms Regulations (ITAR) and require active status in the Defense Logistics Agency Joint Certification Program (JCP) for access via DOD SAFE.
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 (split evenly if multiple awards).
- 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
This acquisition was initially a Total Small Business Set-Aside. However, Amendments 0006 and 0009 dissolved the small business set-aside for specific NSNs, including 5985-01-192-2031 (Antenna Positioner), 3010-01-668-7226 (Speed Gear Assembly), 6110-01-117-8279 (Distribution Box), 5985-01-191-2232 (Stabilizing Strut), 5985-01-191-2231 (Antenna Support), and 5985-01-152-5851 (Support Cylinder). These NSNs are now unrestricted for full and open competition. Other remaining NSNs may still be small business set-aside.
Evaluation & Submission
- Evaluation: Conducted in accordance with FAR Part 15, Contract by Negotiation, utilizing the Tradeoff method. Evaluation criteria are detailed in Sections L and M, covering cost and non-cost factors. Tradeoff procedures will not be used if only one offer is received for a given NSN.
- Submission: All proposals must adhere to the requirements in Sections L and M. Failure to provide all requested information may render a proposal nonresponsive.
- Proposal Due: March 31, 2026.
Contact Information
- Primary: Keaneesha A. Canady (keaneesha.a.canady@dla.mil)
- Secondary: Kyle White (kyle.white@dla.mil)