- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
AMG Spares in Support of the Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G
Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Apr 01, 2026. Industry: NAICS 334220 • PSC 5985.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 334220 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 40 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 334220
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: 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: 5985-01-191-2231
Part Number: 5035672-1
Nomenclature: Antenna Support, Estimated Annual QTY 3
NSN: 6110-01-117-8279
Part Number: C5078340-1
Nomenclature: Distribution Box, Estimated Annual QTY 2
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
Amendment 0002 extends the close date of this solicitation until January 09, 2026. The Amendment is included within the solicitation document and is not a stand-alone document.
Reminder: All proposals must adhere to the proposal requirements in Sections L and M, to include information related to all cost and non-cost factors. Failure to provide all information requested in the solicitation may render the offeror's proposal nonresponsive and preclude it from any further consideration for contract award.
Amendment 0003 closes NSNs 4320-01-259-0796, 4320-01-241-5051, and 5985-01-126-2478 on 1/9/26 and extends the remaining NSNs until 1/30/26.
Reminder: All proposals must adhere to the proposal requirements in Sections L and M, to include information related to all cost and non-cost factors. Failure to provide all information requested in the solicitation may render the offeror's proposal nonresponsive and preclude it from any further consideration for contract award.
Amendment 0004 extends the close date of this solicitation until February 27, 2026. The Amendment is included within the solicitation document and is not a stand-alone document.
Amendment 0005 closes NSNs 5895-01-163-3644 and extends the remaining NSNs until 3/13/26.
Reminder: All proposals must adhere to the proposal requirements in Sections L and M, to include information related to all cost and non-cost factors. Failure to provide all information requested in the solicitation may render the offeror's proposal nonresponsive and preclude it from any further consideration for contract award.
Amendment 0006 is to complete the following update for solicitation SPRBL1-26-R-0002:
1. The small business set-aside for NSNs 5895 01-191-2231, 5985 01-192-2031, 6110 01-117-8279, 5895 01-191-2232, and 3010 01-668-7226 are automatically dissolved. They are now unrestricted for full and open competition.
2. Reminder: The close date of March 13, 2026, remains in effect.
Amendment 0008 is to extend the close date for the remaining open NSNs until March 31st, 2026.
Due to an administrative error, there is no Amendment 0007.
Amendment 0009 is to complete the following update for solicitation SPRBL1-26-R-0002:
1. The small business set-aside for NSN 5895-01-152-5851, P/N 5035713-1, Support Cylinder, is dissolved. It is now unrestricted for full and open competition.
2. Reminder: The close date of March 31, 2026, remains in effect.
DIBBS / DLA Details
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.