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), DCSO Richmond Division #2, is soliciting quotes for DLA Transportation Process Support. This 100% Total Small Business Set-Aside opportunity seeks non-personal services 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). Quotes are due May 4, 2026, by 12:00 PM EDT.
Scope of Work
The contractor will provide qualified personnel for comprehensive support, including:
- Data Analysis & System Support: Identifying and eliminating root causes of data issues within transportation and financial systems (e.g., TPPS, LTS/Tracker Lite, DSS, WMS, GFM), including data analysis, audits of system feeds, and collaboration with system program offices.
- TPPS Maintenance & Analysis: Expert-level support for the DoD-approved TPPS, covering configuration, report development, user training material creation, and process improvement recommendations.
- Financial Analysis & Audits: Conducting financial analysis, special studies for TFM processes, researching incorrect fund usage, reporting invalid expenditures, and assisting with DLA's financial statement audits. This includes providing assurance on control effectiveness (SOC 1 Type 2 reports or internal control testing) by August 15th annually and a "bridge letter" by October 8th.
- Reporting: Developing and generating reports for DLA controls over transportation processes and assisting in generating financial statement amounts. Base-year reports/capabilities must be built from scratch.
- Broader Support: The requirement also encompasses continuity planning, training and 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.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 541611 (Other Management Services), Small Business Size Standard: $24.5M.
- Period of Performance: One base year with two 12-month option periods for pricing. Option Years 3 and 4 will not be priced.
- Place of Performance: Off-site at the contractor's facilities.
- Incumbent: IB Logistics LLC (contract SP3300-22-C-0006), which ended September 8, 2025. No incumbent transition assistance will be provided.
Submission Requirements
Quotes must be submitted via email to Thomas J. Walsh III (thomas.j.walsh@dla.mil) by May 4, 2026, 12:00 PM EDT. Vendors are responsible for confirming receipt. Submissions must include:
- Signed and dated Final SP4704-26-Q-0016 (including amendments).
- Completed FAR 52.212-3 or a statement certifying SAM.gov is current.
- Volume I (Factors 1, 2, 3): Technical Approach (max 7 pages), Key Personnel (max 3 pages, including resumes and Letters of Intent), and Management and Staffing Plan (max 6 pages, including a draft Quality Control Plan).
- Volume II (Factor 4): Past Performance (max 3 pages), detailing 2-3 federal government contracts performed within the last 3 years.
- Volume III (Total Price): Submitted using Attachment 4, DLA Transportation Process Support Schedule B, with formulas intact and cells to two decimal places.
Evaluation Criteria
A Trade-off evaluation 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 & Past Performance: Evaluated as Acceptable/Unacceptable. An Unacceptable rating in either makes an offer ineligible for award.
- Technical Approach & Management/Staffing Plan: Rated on a scale from Outstanding to Unacceptable.
- Pricing: Evaluated for accuracy, fairness, reasonableness, and completeness.
Key Clarifications & Notes
- Personnel: US citizens only. Key personnel require a minimum IT-III Tier 1 security investigation. Non-key personnel without system access require a Tier 1 investigation.
- Labor Hours: Estimated labor-hour range for the base year is 4,000–8,000 hours (approximation).
- Procurement Type: This is a standalone open-market procurement; a GSA MAS schedule is not required.
- Transition-In: The transition-in period will not exceed 30 days and is part of the base year CLIN, not separately funded.