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

Remediation Services (562910)

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 (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 various components such as Rotary Pump Units, Antenna Positioners, and Mast Control units, with estimated annual quantities provided for each item. This acquisition is critical 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 December 19, 2025, 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 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.
    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
    Dana (9R200) spare parts
    Buyer not available
    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.
    BELLOWS ASSEMBLY, FI
    Buyer not available
    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.
    MANIFOLD ASSEMBLY, HYDRAULIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for the procurement of 23 units of the Hydraulic Manifold Assembly (NSN: 2590-99-613-7532, Part Number: PE24220) from Pearson Engineering Ltd, with an option for an additional 23 units. This firm-fixed-price contract is a total small business set-aside, emphasizing the importance of maintaining supply chain traceability and adhering to military packaging specifications. Interested vendors must submit their electronic bids by December 5, 2025, and are advised that the acquisition is restricted to the specified manufacturer's part number, with no Technical Data Package provided. For further inquiries, potential bidders can contact Alexandra Stone at Alexandra.Stone@dla.mil or by phone at 586-230-7255.
    10--KIT,DEPOT OVERHAUL-HYD
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a depot overhaul kit (NSN 1005010988122) for hydraulic systems, with an estimated quantity of 24 units. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with a guaranteed minimum of three units and an expected six orders per year. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their critical role in maintaining military readiness. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    SPRRA1-26-R-0002/NSN: 1615-01-141-7532/ NOUN: COUPLING ASSY,SERVO
    Buyer not available
    The Defense Logistics Agency (DLA) is issuing a Request for Proposal (RFP) for the acquisition of 371 Coupling Assembly, Servo units (NSN 1615-01-141-7532, Part Number 70400-06100-042) as part of Solicitation Number SPRRA1-26-R-0002. This procurement includes critical requirements such as Contractor First Article Test, Production Lot Test, and compliance with The Army Maintenance Management System-Aviation (TAMMS-A), as the item is classified as a Critical Safety Item. Proposals must be submitted in writing by December 5, 2025, to the primary contacts, Stacy Hood and Christopher Butler, who can be reached at Stacy.Hood@dla.mil and CHRISTOPHER.BUTLER@DLA.MIL, respectively.
    43--PUMP,HYDRAULIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of hydraulic pumps, specifically NSN 4320015381356, under a Combined Synopsis/Solicitation notice. The contract will involve an Indefinite Delivery Contract (IDC) for a total of 20 units, with a guaranteed minimum quantity of 3, and is expected to be utilized across various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the solicitation is available online. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, with the total contract value anticipated to reach $350,000 over the contract term of one year.
    25--TELESCOPING SUPPORT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 28 units of NSN 2590016331327, known as Telescoping Support. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year, or until the total orders reach $350,000, with an estimated 12 orders per year and a guaranteed minimum quantity of 4. The Telescoping Support is a critical component used in vehicular equipment, and items will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    Carrier Drive Assembly
    Buyer not available
    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.
    25--CYLINDER,HYDRAULIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of hydraulic cylinders, specifically NSN 2590014537423, with a total quantity of 151 units required. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total order value reaches $350,000, with an estimated nine orders per year and a guaranteed minimum quantity of 22 units. These hydraulic cylinders are critical components for military armored vehicles and will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    30--SHAFT,BRAKE VALVE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five units of the SHAFT, BRAKE VALVE (NSN 3040010106500). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States and overseas, highlighting their critical role in military operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.