DLA Transportation Process Support
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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) has issued a Combined Synopsis/Solicitation (RFQ) for Transportation Process Support services. This Total Small Business Set-Aside opportunity seeks to provide non-personal services to DLA J345 for Transportation Financial Management (TFM) processes, including Third-Party Payment System (TPPS) support and Financial Improvement and Audit Readiness (FIAR) goals. The offer due date has been extended to April 29, 2026, at 12:00 PM EDT.
Purpose & Scope of Work
The contractor will provide personnel and technical support to DLA J345, focusing on Transportation Financial Management (TFM) and Financial Improvement and Audit Readiness (FIAR). Key services include:
- Data Analysis and Support: Identifying and resolving data issues across various transportation and financial systems (e.g., TPPS, LTS/Tracker Lite, DSS, WMS, GFM), creating monthly data reports, and real-time issue identification.
- TPPS Maintenance and System Analysis: Expert-level support for the DoD-approved TPPS, including configuration, report development, and user training.
- Financial Analysis and Audits: Performing financial analysis, special studies, and research to identify incorrect or unauthorized expenditures, reporting invalid expenditures, and supporting policy formulation.
- Audit Support: Providing contractor processes and data for DLA's financial statement audits, ensuring control effectiveness over contractor processes (e.g., database capabilities, data extraction, report generation).
- Additional Support Areas: Continuity planning, training & exercise development, strategy development, information fusion, readiness reporting, facility staffing, crisis management, website development, and knowledge management.
Contract Details
- Contract Type: Combined Synopsis/Solicitation (RFQ) for commercial products/services. Labor CLINs will be Firm Fixed Price.
- Set-Aside: 100% Total Small Business Set-Aside under NAICS code 541611 (Other Management Services), with a $24.5M size standard.
- Period of Performance: One base year with four option years.
- Place of Performance: Off-site at the contractor's facilities.
- Key Personnel: Requires a Financial Subject Matter Expert and an Audit Compliance and Control Environment Program Manager. All personnel must be US citizens with a minimum favorably adjudicated Tier 1 (T1) investigation.
- Subcontracting: FAR Clause 52.219-14, Limitations on Subcontracting, applies (not more than 50% to non-similarly situated subcontractors).
Submission & Evaluation
- Submission Method: Quotes must be submitted via email to the contracting officer, Thomas J. Walsh III (thomas.j.walsh@dla.mil). Vendors are responsible for confirming receipt.
- Quote Structure: Submissions require three volumes:
- Volume I (Technical Approach, Key Personnel, Management and Staffing Plan): Max 7, 3, and 6 pages respectively. Includes a draft Quality Control Plan (QCP).
- Volume II (Past Performance): Minimum 2, maximum 3 federal government contracts within the last 3 years, max 3 pages.
- Volume III (Total Price): Must use Attachment 4, Schedule B (Excel format with intact formulas).
- Evaluation Process: A Trade-off evaluation will be used, where non-price factors (Technical Approach, Key Personnel, Management and Staffing Plan, Past Performance) are significantly more important than total price. Non-price factors are of equal importance among themselves.
- Key Personnel and Past Performance: Rated Acceptable/Unacceptable; an Unacceptable rating in either makes a quote ineligible for award.
- Pricing: Evaluated for accuracy, fairness, reasonableness, and completeness.
- Award Basis: The task order will be issued to the contractor offering the best value to the government. The government intends to award without discussions but reserves the right to conduct them.
Key Dates & Contact
- Questions Due: April 6, 2026, by 09:00 AM EDT.
- Answers Posted By: April 13, 2026.
- Offer Due Date: April 29, 2026, by 12:00 PM EDT.
- Contact: Tom Walsh, thomas.j.walsh@dla.mil.
- Eligibility: Contractors must be registered in SAM and include FAR 52.212-3 or a statement certifying SAM.gov is current.