This Special Packaging Instruction (SPI) document, AG00000339, outlines detailed preservation and packing requirements for the Mast Group, Hydraulic-Pneumatic OA-9054(V)/G and its associated components, including the Mast AB-1294/G. It specifies military standards (MIL-STD-2073-1, MIL-STD-129) for preservation, cleaning, drying, and marking. The document provides specific unit packing instructions for individual components, such as technical literature, installation kits, cable sets, distribution boxes, and control units, often referencing appendices or tables within MIL-STD-2073-1 or other standards like NAS 3417. For the Mast AB-1294/G, it details the fabrication of a custom wood box conforming to ASTM D6880, class 2, style 7, with specific requirements for cradles, blocking, vertical supports, and securing accessory items. Level A packing instructions are provided for combining unit-packed components into larger containers, referencing ASTM D6251 or ASTM D6880, with specific skid and strapping requirements. The document also mandates that all wood packaging material for CONUS and OCONUS shipments must comply with ISPM 15, the International Standards for Phytosanitary Measures. The packing sequence for different configurations of the Mast Group is also detailed across multiple boxes.
This Request for Proposal (RFP) is a small business set-aside for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, with a five-year base period, for the procurement of 14 spare parts to support the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG). The contract has a guaranteed minimum of $25,000 and a maximum value of $13,000,000. Technical data packages are subject to International Traffic in Arms Regulations (ITAR) and require active status in the Defense Logistics Agency Joint Certification Program (JCP). Proposals are evaluated using the Tradeoff method, with the intent to make multiple awards on an item-by-item basis. Requirements include First Article Testing (FAT) unless waived, adherence to MIL-STD-2073-1 or SPI AG00000339 for packaging, and F.O.B. Destination for deliveries. Inspection and acceptance will occur at the origin, with payment requests and receiving reports processed electronically through the Wide Area Workflow (WAWF) system.
This Request for Proposal (RFP) SPRBL1-26-R-0002 is a small business set-aside for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, with a five-year base period, for various spare parts to support the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG). The procurement includes 14 specific National Stock Numbers (NSNs) for items like Rotary Pump Units, Antenna Positioners, and Mast Control units, with Best Estimated Quantities (BEQ) provided for each of the five years. The contract has a guaranteed minimum of $25,000 and a maximum value of $13,000,000. Technical data packages are subject to International Traffic in Arms Regulations (ITAR) and require active status in the Defense Logistics Agency Joint Certification Program (JCP). Multiple awards are anticipated, with one awardee per item. Inspection and acceptance will occur at the origin, and delivery is F.O.B. Destination. First Article Testing (FAT) is required unless waived. The solicitation closes on December 19, 2025.
Amendment 0002 for solicitation SPRBL1-26-R-0002 extends the closing date for offers to January 9, 2026. This amendment emphasizes that all proposals must adhere to the requirements outlined in Sections L and M of the solicitation, including information related to all cost and non-cost factors. Failure to provide the requested information may result in a proposal being deemed nonresponsive and excluded from further consideration for contract award. The contract is a Firm Fixed Price supply contract issued by DLA Land at Aberdeen.
The document outlines the technical requirements for SPRBL1-26-R-0002, a 5-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for reparable spare parts for the MAST GROUP, HYDRAULIC-PNEUMATIC OA-9054(V)4/G U/W PATRIOT. Key areas include configuration baseline management, obsolescence management (DMSMS), packaging, specialized testing, and contract data requirement lists (CDRLs). The document details specific configuration items and their associated part numbers, exceptions to technical data packages (TDPs), and procedures for engineering change proposals (ECPs), requests for variance (RFVs), and notices of revision (NORs). It specifies requirements for chemical agent resistant coating (CARC) paint colors and application, wood packaging material compliance with ISPM 15, and military packaging standards. First Article Testing (FAT) requirements are extensively described for various components, including the Hydraulic Component Assembly, Pneumatic Component Assembly, Distribution Box, Mast Control, Mast, and Rotary Pump Units, with details on test procedures, reporting, and sample disposition. The document also lists required Government Furnished Equipment (GFE) for testing and outlines the CDRLs for various reports, plans, and instructions, emphasizing digital submission and compliance with DoD SAFE.