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 proposals for Transportation Process Support services under a Combined Synopsis/Solicitation (RFQ). This Total Small Business Set-Aside opportunity seeks to assist DLA J345 with transportation financial management (TFM) processes, financial improvement and audit readiness (FIAR) goals, and audit requirements related to the Third-Party Payment System (TPPS). Proposals are due May 4, 2026, by 12:00 PM EDT.
Scope of Work
The contractor will provide non-personal services and qualified personnel to support DLA J345. Key tasks include:
- Data Analysis & Support: Identify and resolve data issues in TFM systems, analyze transportation data, and provide TPPS maintenance and system analysis (including report development, training materials, and process improvements).
- Financial Analysis: Conduct financial analysis and special studies for TFM processes, research incorrect fund usage, and report invalid expenditures.
- Audit Support: Provide data for audit and criminal investigations, ensuring control effectiveness annually by August 15th (via SOC 1 Type 2 Report or internal control testing).
- Deliverables: Monthly status reports, assurance reports, bridge letters, functional specifications, and training materials. Weekly status reports have been removed.
Contract Details
- Type: Firm Fixed-Price (FFP) for Labor CLINs.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 541611 (Other Management Services), $24.5M size standard.
- Period of Performance: One base year with four option years; however, pricing is currently requested for the base year plus two option years only.
- Place of Performance: Off-site at the contractor's facilities.
- Incumbent: IB Logistics LLC (contract ended September 8, 2025).
- Key Personnel: Requires a Financial Subject Matter Expert and an Audit Compliance and Control Environment Program Manager. All personnel must be US citizens.
- Security: Minimum favorably adjudicated Tier 1 (T1) investigation for all personnel; IT-III Tier 1 for key personnel.
Submission & Evaluation
- Submission Deadline: May 4, 2026, 12:00 PM EDT.
- Submission Method: Email to Thomas J. Walsh III (thomas.j.walsh@dla.mil).
- Required Volumes:
- Volume I (Technical): Technical Approach (max 7 pages), Key Personnel (max 3 pages), Management and Staffing Plan (max 6 pages, including draft QCP).
- Volume II (Past Performance): Minimum 2, maximum 3 federal government contracts within the last 3 years (max 3 pages). Subcontractor past performance is eligible.
- Volume III (Total Price): Submitted via Attachment 4, Schedule B (Excel format, formulas intact).
- 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 to each other. Unacceptable ratings in Key Personnel or Past Performance will lead to disqualification. The government intends to award without discussions.
Additional Notes
Transition-in period will not exceed 30 days and is part of the base year CLIN, not separately funded. No incumbent assistance will be provided. Base-year reports/capabilities must be built from scratch.