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) is soliciting quotes for Transportation Process Support to assist DLA J345 with Transportation Financial Management (TFM) processes, Third-Party Payment System (TPPS), and Financial Improvement and Audit Readiness (FIAR) goals. This is a Total Small Business Set-Aside. Quotes are due by 12:00 PM EDT on May 4, 2026.
Scope of Work
The contractor will provide non-personal services and qualified personnel to support DLA's transportation processes. Key tasks include:
- Data Analysis and Support: Identifying and eliminating root causes of data issues within transportation and financial systems (e.g., TPPS, LTS/Tracker Lite, DSS, WMS, GFM). This involves data analysis, audits of system feeds, and creating monthly data reports.
- TPPS Maintenance and System Analysis: Providing expert-level support for the DoD-approved TPPS, including configuration, report development, user training material creation, and process improvement recommendations.
- Financial Analysis and Audits: Performing financial analysis, special studies, and research to identify incorrect or unauthorized uses of funds, reporting invalid expenditures, and providing feedback for policy formulation.
- Audit Support: Assisting with DLA's financial statement audits by providing assurance on the effectiveness of controls over contractor processes, including SOC 1 Type 2 reports or management's internal control testing results, and a "bridge letter" addressing control changes.
- Reporting: Developing and generating reports and capabilities for DLA controls over transportation processes and assisting in generating financial statement amounts for transportation obligations and expenses.
- Broader Support Areas: Continuity planning, training & exercise development, strategy development, information fusion, readiness reporting, facility staffing, crisis management support, website development, and knowledge management.
Contract Details
- Contract Type: Firm-Fixed-Price for Labor CLINs.
- Period of Performance: One base year plus two 12-month option periods.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 541611 (Other Management Services), with a $24.5M small business size standard.
- Product Service Code: R408 (Program Management/Support Services).
- Place of Performance: Off-site at the contractor's facilities, Fort Belvoir, VA.
- Personnel Requirements: US citizens only (no dual citizenship), with a minimum favorably adjudicated Tier 1 investigation. Key personnel include a Financial Subject Matter Expert and an Audit Compliance and Control Environment Program Manager.
- Subcontracting: FAR Clause 52.219-14, Limitations on Subcontracting, applies (not more than 50% to non-similarly situated subcontractors).
Submission & Evaluation
- Submission Deadline: May 4, 2026, by 12:00 PM EDT.
- Submission Method: Email quotes to Thomas J. Walsh III (thomas.j.walsh@dla.mil). Vendors must confirm receipt.
- Quote Structure: Three volumes:
- Volume I: Technical Approach (max 7 pages), Key Personnel (max 3 pages), Management and Staffing Plan (max 6 pages, including draft QCP).
- Volume II: Past Performance (max 3 pages, 2-3 federal government contracts within 3 years).
- Volume III: Total Price (using Attachment 4, Schedule B Excel spreadsheet).
- Evaluation: A Trade-off process will be used. Non-price factors (Technical Approach, Key Personnel, Management and Staffing Plan, Past Performance) are significantly more important than price and are of equal importance among themselves. Key Personnel and Past Performance are evaluated as Acceptable/Unacceptable.
- GSA Schedule: Not a requirement for award.
Additional Notes
The incumbent contractor was IB Logistics LLC, whose contract ended September 8, 2025. The base-year reports and capabilities listed in PWS Section II.B must be built from scratch by the incoming contractor.