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 small businesses for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to procure spare parts in support of the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG). The procurement includes fourteen specific National Stock Numbers (NSNs) for items such as antenna positioners, speed gear assemblies, and mast controls, with estimated annual quantities provided for each item over a five-year base period. This acquisition is critical for maintaining operational readiness and support for military equipment, with a guaranteed minimum contract value of $25,000 and a maximum value of $13,000,000. Interested parties must adhere to proposal requirements and submit their offers by the extended deadline of February 27, 2026, with inquiries directed to Keaneesha A. Canady at keaneesha.a.canady@dla.mil or Kyle White at kyle.white@dla.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    ATTACHMENT 0004, SECTION B RANGE QUANTITY PRICING outlines estimated annual quantities for various National Stock Number (NSN) items across five years, categorized into CLINs (Contract Line Item Numbers) 1XXX.A, 1XXX.B, and 1XXX.C for Year 1, and similarly for subsequent years. It also defines quantity ranges (Range 1 (A), Range 2 (B), Range 3 (C)) for each NSN, specifying the quantities that fall into each range. The document details government requirements for initial/first shipment quantities, both with and without First Article Testing (FAT), and the corresponding Production Lead Times (PLT) in Days After Receipt of Order (ARO). Additionally, it provides timelines for FAT Test Plan, FAT Quality Verification Plan (QVP), and FAT Test Report submissions, indicating both first and final submission AROs. This attachment serves as a comprehensive guide for pricing and delivery expectations for a range of components like pumps, masts, antenna supports, and hydraulic components.
    The document, titled "ATTACHMENT 0004, SECTION B RANGE QUANTITY PRICING," details estimated annual quantities for various components across a five-year period. It lists items by National Stock Number, Nomenclature, and Part Number, including Rotary Pump Units, Masts, Antenna Supports, Pneumatic and Hydraulic Components, Distribution Boxes, Antenna Positioners, Stabilizing Struts, Speed Gear Assemblies, Hydraulic Ram Pumps, Cylinder Assemblies, and Mast Controls. The quantities are broken down by year and CLIN (Contract Line Item Number), with three ranges (A, B, C) for each CLIN, suggesting varying procurement levels. The final page provides government requirements for initial/first shipment quantities, production lead times (with and without First Article Testing), follow-on quantities, and deadlines for FAT Test Plan, QVP, and Test Report submissions, outlining proposed metrics for each category.
    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.
    Amendment 0003 for solicitation SPRBL1-26-R-0002 updates key dates and quantities for National Stock Numbers (NSNs) related to supply contracts. Specifically, NSNs 4320-01-259-0796, 4320-01-241-5051, and 5985-01-126-2478 will now close on January 9, 2026, while all other remaining NSNs will close on January 30, 2026. Additionally, the estimated annual quantity for MAST NSN 5895-01-163-3644 for Ordering Year 1 has been revised from 1 to 4. The amendment also includes a critical reminder for all offerors to adhere strictly to the proposal requirements outlined in Sections L and M, emphasizing the importance of providing all requested cost and non-cost factor information to avoid proposals being deemed nonresponsive. This amendment ensures compliance and facilitates smooth processing of offers for this firm fixed-price supply contract.
    Amendment 0004 to solicitation SPRBL1-26-R-0002 extends the closing date for offers to February 27, 2026, at 11:59 PM. This document, a Standard Form 30, modifies a solicitation issued by DLA LAND AT ABERDEEN. It outlines the process for acknowledging the amendment, including options for returning copies, noting receipt on offers, or submitting a separate letter/telegram. The amendment specifies that all other terms and conditions of the original solicitation remain unchanged. The contract type is Firm Fixed Price, and the buyer is Keaneesha A. Canady. This modification is crucial for bidders to adhere to the revised submission deadline.
    Amendment 0005 for solicitation SPRBL1-26-R-0002 modifies the original solicitation by updating deadlines and reminding offerors of proposal requirements. Specifically, NSN 5895-01-163-3644 will close on February 27, 2026, while other NSNs have their deadlines extended to March 13, 2026. The amendment also reiterates the importance of adhering to all proposal requirements in Sections L and M, including cost and non-cost factors, to avoid proposals being deemed nonresponsive. This modification ensures offerors are aware of the updated timelines and critical submission criteria for this 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
    Loading similar opportunities...