DLA Maintenance, Repair, and Operations (MRO) Tailored Logistics Support Vendor Multiple Award Program Global Support

SOL #: SPE8E326R0001Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA TROOP SUPPORT
PHILADELPHIA, PA, 19111-5096, United States

Place of Performance

Philadelphia, PA

NAICS

All Other Miscellaneous Manufacturing (33999)

PSC

Miscellaneous Construction Materials (5680)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 23, 2026
2
Submission Deadline
Jun 8, 2026, 7:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Defense Logistics Agency (DLA) Troop Support is soliciting proposals for the Maintenance, Repair, and Operations (MRO) Tailored Logistics Support (TLS) Vendor Multiple Award Program Global Support. This opportunity seeks to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide worldwide MRO supply, material-related incidental services, and logistics capabilities to the Department of Defense (DoD) and other authorized federal agencies. The procurement is on an unrestricted basis, with up to two awards reserved for small businesses. Proposals are due by June 8, 2026, at 3:00 PM EST.

Scope of Work

Contractors will provide a comprehensive range of commercial MRO products and incidental services globally. This includes, but is not limited to:

  • Supplies: HVAC, plumbing, electrical products, various tools, chemicals, construction materials (cement, lumber, steel), pre-fabricated structures, perimeter security items, communication devices, appliances, janitorial supplies, facilities maintenance heavy equipment, aviation/shipyard maintenance products, surveillance equipment, environmental/weather testing equipment, and Personal Protective Equipment (PPE).
  • Services: Incidental commercial services related to supplying items, such as installation or repair. All items must be commercial products or modified commercial products conforming to manufacturer specifications. Contractors must maintain business alliances to ensure product availability and comply with domestic sourcing restrictions (e.g., Trade Agreements Act, Berry Amendment).

Contract Details

  • Contract Type: Multiple Award IDIQ with firm-fixed ceiling prices. Delivery orders will be competed post-award.
  • Awards: Up to seven (7) awards are anticipated, with up to two (2) specifically reserved for small businesses.
  • Period of Performance: A two (2) year base period, potentially including a 60-day ramp-up, followed by four (4) two-year option periods, for a maximum total term of ten (10) years.
  • Estimated Value: The acquisition has an estimated base period value of $1.0428 billion, with a total estimated value of $5.214 billion over ten years. The maximum dollar value for all awarded contracts is $10.428 billion.
  • Guaranteed Minimum: Each awardee will receive a guaranteed minimum order of $100,000 during the base period.
  • Place of Performance: Worldwide locations, including Department of War (DoW) and military installations.

Submission & Evaluation

  • Proposal Structure: Offerors must submit proposals in three volumes: Non-Price (Volume I), Price (Volume II), and Documents (Volume III).
  • Pricing: Bidders must provide firm-fixed ceiling prices for the Price Evaluation List (PEL) in Attachment A (TAB 1) and labor costs for a specific incidental service scenario in Attachment A (TAB 2).
  • Submission Method: Electronic upload via DLA Internet Bid Board System (DIBBS) is preferred; email offers are also authorized.
  • Evaluation: A Best Value Tradeoff source selection procedure will be used. Non-price factors (Technical Merit and Past Performance) are significantly more important than price. As non-price ratings become more equivalent, price will gain importance. The Government intends to award without discussions, so initial offers should contain best terms.
  • Compliance: Mandatory registration in the Joint Contingency Contracting System (JCCS) and eligibility for installation access are required. Adherence to specific performance metrics (On-Time Delivery, Fill Rate, Quality, Quote Responsiveness) is expected.

Key Dates & Contacts

  • Published Date: April 23, 2026
  • Questions Due: April 30, 2026, 3:00 PM EST
  • Proposals Due: June 8, 2026, 3:00 PM EST
  • Primary Contact: Linnette De La Cruz (Contracting Officer) at Linnette.delacruz@dla.mil
  • Secondary Contact: Michelle Stubbs (Acquisition Specialist) at michelle.stubbs@dla.mil

People

Points of Contact

Linnette De La CruzPRIMARY
Michelle StubbsSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 23, 2026
DLA Maintenance, Repair, and Operations (MRO) Tailored Logistics Support Vendor Multiple Award Program Global Support | GovScope