Skip to content
Department of Defense

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

Solicitation: SPRBL126R0002
Notice ID: 9ebd0777cffe41b7841b64f4e576b88a

Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Jan 31, 2026. Industry: NAICS 334220 • PSC 5985.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: SPRBL126R0002. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334220 (last 12 months), benchmarked to sector 33.

12-month awarded value
$25,439,865
Sector total $24,338,979,447 • Share 0.1%
Live
Median
$112,209
P10–P90
$30,378$350,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+893%($20,784,127)
Deal sizing
$112,209 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for PA
Live POP
Place of performance
New Cumberland, Pennsylvania • United States
State: PA
Contracting office
Aber Prov Grd, MD • 21005 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
PA20260094 (Rev 2)
Match signal: state matchOpen WD
Published Jan 30, 2026Pennsylvania • Lehigh
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.00Fringe $29.81
Rate
BOILERMAKER
Base $55.00Fringe $35.48
+40 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 40 more rate previews.
Davis-BaconBest fitstate match
PA20260094 (Rev 2)
Open WD
Published Jan 30, 2026Pennsylvania • Lehigh
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.00Fringe $29.81
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER (Including Pointing, Caulking, and Cleaning)
Base $33.24Fringe $17.78
+39 more occupation rates in this WD
Davis-Baconstate match
PA20260101 (Rev 2)
Open WD
Published Jan 30, 2026Pennsylvania • Northampton
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.00Fringe $29.81
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER (Including Pointing, Caulking, and Cleaning)
Base $33.24Fringe $17.78
+36 more occupation rates in this WD
Davis-Baconstate match
PA20260105 (Rev 4)
Open WD
Published Jan 30, 2026Pennsylvania • Westmoreland
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR MECHANICAL- Duct, Pipe & Mechanical System Insulation and Industrial Work (Including Duct and Pipe)
Base $46.50Fringe $29.43
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
TILE FINISHER
Base $28.76Fringe $17.16
+34 more occupation rates in this WD
Davis-Baconstate match
PA20260112 (Rev 1)
Open WD
Published Jan 30, 2026Pennsylvania • Northampton
Rate
BRICKLAYER
Base $45.45Fringe $30.16
Rate
CARPENTER
Base $45.13Fringe $29.04
Rate
ELECTRICIAN (Includes Communication Technician and Low Voltage Wiring)
Base $50.00Fringe $25.93
+5 more occupation rates in this WD

Point of Contact

Name
Keaneesha A. Canady
Email
keaneesha.a.canady@dla.mil
Phone
Not available
Name
Kyle White
Email
kyle.white@dla.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA LAND
Office
DLA LAND ABERDEEN • DLA LAND AT ABERDEEN
Contracting Office Address
Aber Prov Grd, MD
21005 USA

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: 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

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.

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Jan 09, 2026
Client-ready brief
Executive summary
medium confidencegpt 4o mini

This solicitation seeks the provision of hydraulic-pneumatic spares supporting the Mast Group under the DLA. The expected deliverables include various parts classified under PSC 5985. Businesses eligible for this SBA set-aside should focus on showcasing their capability in producing or supplying similar hydraulic or pneumatic components.

hydraulic componentspneumatic systemsDLA procurementSBA set-asidemilitary spares
What the buyer is trying to do

The Defense Logistics Agency is looking to procure spare parts that are critical for maintaining and supporting operational capabilities related to hydraulic-pneumatic systems in military operations.

Who should pursue this
  • Small businesses under SBA guidelines that specialize in hydraulic and pneumatic components.
  • Companies with prior government contracting experience in similar scopes.
  • Manufacturers capable of producing relevant parts or subassemblies.
Work breakdown
  • Review technical specifications and requirements outlined in linked documents.
  • Prepare a pricing strategy based on cost analysis of components.
  • Develop and submit a proposal addressing all requirements and demonstrating capability.
  • Establish quality control and delivery timelines.
Response package checklist
  • Completed proposal addressing technical specifications.
  • Pricing breakdown and justification for costs.
  • Evidence of relevant past performance or experience.
  • Compliance documents with SBA eligibility requirements.
Compliance notes
  • Ensure all documentation adheres to SBA set-aside rules.
  • Follow all DLA submission guidelines as stated in the solicitation.
Pricing strategy
  • Conduct market research to ensure competitive pricing.
  • Consider labor and material costs, plus overheads.
  • Assess pricing of previous contracts awarded under similar scopes.
Teaming and subs
  • Identify potential partners with complementary capabilities such as logistics or engineering support.
  • Explore opportunities for subcontracting with larger companies or specialized manufacturers.
Risks and watchouts
  • Potential delays in response time due to documentation requirements.
  • Competitive procurement environment may drive prices down unexpectedly.
  • Risk of non-compliance with SBA eligibility leading to disqualification.
Smart questions to ask
  • What are the specific technical requirements and performance specifications for the hydraulic-pneumatic parts?
  • Are there existing contracts or similar projects that can provide insights into pricing structures?
  • Who will be the key decision-makers in evaluating the proposals and what are their priorities?
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Detailed technical specifications for spare parts are not provided.
  • Performance metrics or quality standards for the hydraulic-pneumatic systems are unclear.

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.