AMG Spares in Support of the Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G
ID: SPRBL126R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA LAND AT ABERDEENABER PROV GRD, MD, 21005, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Defense Logistics Agency (DLA) is seeking proposals from qualified small businesses for a Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract to supply spare parts for the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG). The procurement encompasses fourteen specific National Stock Numbers (NSNs) for critical components such as Rotary Pump Units and Antenna Positioners, with estimated annual quantities provided for planning purposes. This contract is vital for maintaining operational readiness and support for military systems, with a guaranteed minimum contract value of $25,000 and a maximum value of $13,000,000 over a five-year base period. Interested parties must submit their proposals by January 9, 2026, and can contact Keaneesha A. Canady at keaneesha.a.canady@dla.mil or Kyle White at kyle.white@dla.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Similar Opportunities
    Vehicles Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.
    Dana (9R200) spare parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking suppliers for spare parts from Dana Commercial Vehicle Manufacturing (9R200) under a presolicitation notice. This procurement involves an indefinite quantity contract for nine specific National Stock Numbers (NSNs), which are critical components for military applications, including control units, valves, and hose assemblies. The contract will be awarded as a firm-fixed price Indefinite Delivery Purchase Order (IDPO) with a one-year base period and four one-year options, with the solicitation set to be available on November 26, 2025. Interested parties can reach out to Brandy Warner at BRANDY.WARNER@DLA.MIL for further details, and all responsible sources are encouraged to submit offers based on the outlined evaluation criteria.
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    BELLOWS ASSEMBLY, FI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Bellows Assembly for C-5 Aircraft, identified by NSN: 1680-01-192-2609. The contract will be an Indefinite Quantity Contract with a term of 60 months, requiring delivery within 400 days after receipt of order, and is classified under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This procurement is critical as it supports the operational readiness of military aircraft, and the estimated annual quantity for the base period is 80 units. Interested vendors must submit a written proposal and complete a copy of the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at (445) 737-2040.
    Project CL25171001 - Various Vehicle Parts, Presolicitation Notice for SPE7LX-26-R-X005
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking offers for various vehicle parts under the presolicitation notice SPE7LX-26-R-X005. The procurement includes National Stock Numbers (NSNs) for items such as pressure switches, fluid filter elements, cylinder assemblies, and air duct hoses, with specific yearly quantity estimates and delivery schedules outlined for each item. These components are critical for maintaining operational readiness and functionality of military vehicles. Interested vendors can access the solicitation on DLA’s Internet Bid Site around December 30, 2025, and should direct inquiries to Camerson Siebeneck at camerson.siebeneck@dla.mil or by phone at 614-623-9731. The total contract duration may extend up to five years, with evaluations based on price, delivery, past performance, and small business participation.
    30--CYLINDER ASSEMBLY,A
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 90 units of the Cylinder Assembly, NSN 3040013292189. This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and an estimated 12 orders per year, with a guaranteed minimum quantity of 13 units. The items will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil. The solicitation will be available online, and hard copies will not be distributed.
    PROJECT CM25269001
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for an Indefinite Quantity Contract (IQC) for various types of valves, including solenoid valves and safety relief valves. The procurement includes items with specific National Stock Numbers (NSNs) and requires delivery schedules ranging from 180 to 360 days, with quantities to be shipped to military depot locations as needed. This acquisition is crucial for maintaining operational readiness and is not set aside for small businesses, with a small business size standard of 750 employees. Interested suppliers should prepare to submit offers via DIBBS or email, with the solicitation expected to be available on or about December 30, 2025. For further inquiries, contact Mindy Cook at mindy.cook@dla.mil or call 614-692-1798.
    COMPENSATOR, HYDRAULIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of hydraulic compensators for E-2 and C-2 aircrafts. The contract, which is an Indefinite Quantity Contract, requires the delivery of 40 units over a five-year base period, with a delivery schedule of 228 days after receipt of order. These components are critical for aircraft operations, emphasizing the importance of reliability and performance in military applications. Interested vendors must submit a written proposal and complete the solicitation available on the DLA Internet Bid Board System (DIBBS) by the issue date of December 22, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or call 445-737-2040.
    30--COUPLING,SHAFT,FLEX
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 51 units of the COUPLING, SHAFT, FLEX (NSN 3010015220917). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and a guaranteed minimum quantity of 7 units, with an estimated 3 orders per year. The items will be utilized in mechanical power transmission applications and will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    8 NSN TRIUMPH
    Dept Of Defense
    The Defense Logistics Agency (DLA) Land and Maritime is preparing to solicit a contract for the procurement of various National Stock Numbers (NSNs) to support military depots. The contract aims to provide stock replenishment coverage for critical aircraft parts, including springs, valves, switches, and connectors, which are essential for maintaining operational readiness. This acquisition will be conducted as a firm-fixed price, Indefinite Quantity Contract (IQC) over a three-year base period, with the solicitation expected to be available around December 19, 2025. Interested vendors can contact Taura Mitchell at Taura.Mitchell@dla.mil for further details and must submit proposals via DIBBS or email, adhering to the specified guidelines.