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
Dec 20, 2025, 4:59 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 (DLA) Land at Aberdeen is soliciting proposals for AMG Spares in support of the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G. This Solicitation seeks to acquire various spare parts under a Firm Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) Long-Term Contract (LTC). While initially a Total Small Business Set-Aside, several National Stock Numbers (NSNs) have since been opened to full and open competition. Proposals are due by March 31, 2026.

Scope of Work

This opportunity involves the procurement of spare parts for the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG). The solicitation originally listed fourteen (14) spare parts, including items such as Antenna Positioners, Speed Gear Assemblies, Mast Controls, and Distribution Boxes. Estimated annual quantities are provided for planning purposes across a five-year period.

Contract Details

  • Contract 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 Value: $13,000,000 for all awards, single and combined.
  • Guaranteed Minimum: $25,000, split evenly among awardees if multiple awards are made.
  • Award Strategy: 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.
  • Place of Performance: New Cumberland, PA.

Key Requirements

  • First Article Testing (FAT): Required for this procurement, unless waived by CECOM. Instructions are in FAR 52.209-3 and Exhibit A - Technical Requirements Document (TRD).
  • 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), with TDPs provided via DOD SAFE Access File Exchange.
  • Obsolescence Management: Contractors must manage Diminishing Manufacturing Sources and Material Shortages (DMSMS) and provide status reports.
  • Packaging: Compliance with ISPM 15 for Wood Packaging Material and Military Packaging per MIL-STD-2073-1E, with marking per MIL-STD-129R.
  • Pricing & Delivery: Detailed pricing structures, quantity ranges, and required delivery schedules (initial/follow-on quantities, production lead times ARO) are provided in the Pricing and Delivery Attachments.

Submission & Evaluation

This acquisition will be conducted in accordance with FAR Part 15, Contract by Negotiation. Proposals will be evaluated using the Tradeoff method, as detailed in Sections L and M. 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.

Amendments & Set-Aside Status

Initially, this was a Total Small Business Set-Aside. However, subsequent amendments have modified this status for specific items:

  • Amendment 0006 dissolved the small business set-aside for NSNs 5895-01-191-2231, 5985-01-192-2031, 6110-01-117-8279, 5895-01-191-2232, and 3010-01-668-7226, making them unrestricted.
  • Amendment 0009 dissolved the small business set-aside for NSN 5895-01-152-5851 (Support Cylinder), making it unrestricted. The close date has been extended multiple times, with the final extension setting the deadline to March 31, 2026.

People

Points of Contact

Keaneesha A. CanadyPRIMARY
Kyle WhiteSECONDARY

Files

Files

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 12
Solicitation
Posted: Feb 26, 2026
View
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 4Viewing
Solicitation
Posted: Nov 21, 2025
Version 3
Solicitation
Posted: Nov 7, 2025
View
Version 2
Solicitation
Posted: Nov 7, 2025
View
Version 1
Solicitation
Posted: Oct 21, 2025
View