SOLICITATION NOTICE
59 -- AMG Spares in Support of the Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G
- Notice Date
- 10/21/2025 11:10:59 AM
- Notice Type
- Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- DLA LAND AT ABERDEEN ABER PROV GRD MD 21005 USA
- ZIP Code
- 21005
- Solicitation Number
- SPRBL126R0002
- Response Due
- 11/28/2025 8:59:00 PM
- Archive Date
- 12/13/2025
- Point of Contact
- Keaneesha A. Canady, Kyle White
- E-Mail Address
-
keaneesha.a.canady@dla.mil, kyle.white@dla.mil
(keaneesha.a.canady@dla.mil, kyle.white@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Defense Logistics Agency-Aberdeen, on behalf of the Army Integrated Logistics Supply Center (ILSC) � Supply Chain Management Directorate (SCMD) � Strategic Sourcing Directorate (SSD), intends to acquire Parts to support the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG).This Request for Proposal (RFP) will be a small business set-aside and will result in a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, Long-Term Contract (LTC), consisting of one five-year base period with no option years. Note: This RFP is a total (100%) small business set aside. Refer to FAR 52.219-6 Notice of Total Small Business Set-Aside for more information. This acquisition is for the procurement of fourteen (14) spare parts to support the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG)The item listed below is the subject of this solicitation and is expected to be acquired under this procurement action: NSN: 4320-01-259-0796 Part Number: 5035875-3 Nomenclature: Rotary Pump Unit, Estimated Annual QTY 9 NSN: 5985-01-192-2031 Part Number: 5035749-3 Nomenclature: Antenna Positioner, Estimated Annual QTY 8 NSN: 3010-01-668-7226 Part Number: C5078302-1 Nomenclature: Speed Gear Assembly, Estimated Annual QTY 7 NSN: 5985-01-126-2479 Part Number: 5035398-1 Nomenclature: Mast Control, Estimated Annual QTY 6 NSN: 5985-01-163-3644 Part Number: 5035602-2 Nomenclature: Mast, Estimated Annual QTY 4 NSN: 5985-01-191-2231 Part Number: 5035672-1 Nomenclature: Antenna Support, Estimated Annual QTY 3 NSN: 5985-01-126-2477 Part Number: 5035394-1 Nomenclature: Pneumatic Component, Estimated Annual QTY 14 NSN: 6110-01-117-8279 Part Number: C5078340-1 Nomenclature: Distribution Box, Estimated Annual QTY 2 NSN: 4320-01-227-0520 Part Number: 5035783-1 Nomenclature: Hydraulic Ram Pump, Estimated Annual QTY 3 NSN: 5985-01-126-2478 Part Number: 5035395-1 Nomenclature: Hydraulic Component, Estimated Annual QTY 16 NSN: 3040-01-193-7422 Part Number: 5035806-3 Nomenclature: Cylinder Assembly, Actuating Linear, Estimated Annual QTY 7 NSN: 4320-01-241-5051 Part Number: 5035875-4 Nomenclature: Rotary Pump Unit, Estimated Annual QTY 4 NSN: 5985-01-152-5851 Part Number: 5035713-1 Nomenclature: Cylinder Support, Estimated Annual QTY 8 NSN: 5985-01-191-2232 Part Number: C5078167-1 Nomenclature: Stabilizing Strut, Estimated Annual QTY 2 The Estimated Annual Quantities listed above are not guaranteed and should be used for planning purposes only. The guaranteed minimum for the resultant contract will be $25,000. If more than one award is won, the guaranteed minimum will be split evenly amongst awardees. The guaranteed minimum is expected to be satisfied on the first Delivery Order(s). The maximum contract value for all award(s) single and combined is $13,000,000. This is a five-year base contract and no option period of performance contract. The period of performance contract years will be incorporated in the award.To meet its requirements, the Government intends to make multiple awards under this solicitation. However, the Contracting Officer reserves the right to make a single award if it is determined to represent the best value to the Government. The Government will be issuing the awards on an item-by-item basis. There will only be one awardee for each item. This procurement will require First Article Testing (FAT) by the contractor, unless waived by CECOM. FAR 52.209-3 ""First Article Approval - Contractor Testing"" has been incorporated into Section I to provide FAT instructions. For instructions on requesting a FAT waiver, see Exhibit A - Technical Requirements Document. This acquisition will be conducted in accordance with FAR Part 15 Contract by Negotiation. Evaluation of proposals will utilize the Tradeoff method. See Sections L and M for proposal and evaluation criteria. If only one offer is received for a given NSN, tradeoff procedures will not be used to evaluate the proposal for that part. The technical data package (TDPs) for these NSN are subject to the International Traffic in Arms Regulations (ITAR). All technical documents for Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (CECOM AMG) include but not limited to, test plans, test reports, drawings and specifications contain information that is subject to the controls defined in the International Traffic in Arms Regulation (ITAR). This information shall not be provided to non-U.S. persons or transferred by any means to any location outside the United States Department of State. A company wishing to receive the TDPs must have an active status in the Defense Logistics Agency Joint Certification Program (JCP). Once your company has been verified to have active status in JCP, we will upload the TDPs that will be uploaded into DOD Safe Access File Exchange (SAFE). You will then receive an e-mail from the DOD SAFE site, https://safe.apps.mil/, with a link to the package ID and a password. See attached Full solicitation. Point of Contact: Secondary: Kyle White Kyle.White@dla.mil Primary: Keaneesha Canady, Keaneesha.a.Canady@dla.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2a06dcef89b44f569b9b5dc08945413b/view)
- Place of Performance
- Address: New Cumberland, PA, USA
- Country: USA
- Country: USA
- Record
- SN07624471-F 20251023/251021230044 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |