DLA Transportation Process Support

SOL #: SP4704-26-Q-0016Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DCSO RICHMOND DIVISION #2
RICHMOND, VA, 23237, United States

Place of Performance

Fort Belvoir, VA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

Program Management/Support Services (R408)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 31, 2026
2
Last Updated
May 13, 2026
3
Submission Deadline
May 19, 2026, 4:00 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) is soliciting quotes for Transportation Process Support services under a Total Small Business Set-Aside. This opportunity seeks to assist DLA J345 with transportation financial management (TFM) processes, focusing on the Third-Party Payment System (TPPS) and Financial Improvement and Audit Readiness (FIAR) goals. Quotes are due by May 19, 2026, at 4:00 PM EDT.

Scope of Work

The contractor will provide non-personal services and qualified personnel to support DLA J345. Key tasks include:

  • Data Analysis and Support: Identify and eliminate root causes of data issues in TFM systems (TPPS, LTS/Tracker Lite, DSS, WMS, GFM), analyze transportation data, and create monthly reports.
  • TPPS Maintenance and System Analysis: Provide expert-level support for the DoD-approved TPPS, including configuration, report development, user training, and process improvement.
  • Financial Analysis and Audits: Conduct financial analysis, special studies, and research to identify incorrect fund usage, report invalid expenditures, and provide feedback for policy.
  • Audit Support: Assist with DLA's financial statement audits by providing assurance on control effectiveness (e.g., SOC 1 Type 2 reports annually by August 15th, bridge letters by October 8th).
  • Reporting: Develop and generate various reports (monthly status, management, transportation, assurance, bridge letters, functional specifications). All base-year reports/capabilities in PWS Section II.B must be built from scratch.

Contract Details

  • Contract Type: Combined Synopsis/Solicitation (RFQ) for commercial services. Labor CLINs will be Firm Fixed-Price.
  • Period of Performance: One base year plus two 12-month option years. Option Years 3 and 4 will not be priced.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 541611 (Other Management Services), with a small business size standard of $24.5M.
  • Place of Performance: Off-site at the contractor's facilities (Fort Belvoir, VA is the general location).
  • Incumbent: IB Logistics LLC, whose contract ended September 8, 2025.
  • Personnel Requirements: US citizens only. Key personnel (Financial Subject Matter Expert, Audit Compliance and Control Environment Program Manager) require a minimum IT-III Tier 1 investigation.

Submission Requirements

  • Deadline: May 19, 2026, by 4:00 PM EDT.
  • Method: Via email to Thomas J. Walsh III (thomas.j.walsh@dla.mil). Vendors are responsible for confirming receipt.
  • Format: Electronic submission. Volumes I and II as PDF, Volume III (Total Price) as Excel (Attachment 4, Schedule B) with intact formulas. Specific formatting (8.5" x 11", Times New Roman, 11pt font; tables 9pt font) and page limits apply.
  • Required Volumes:
    • Volume I (Factors 1, 2, 3): Technical Approach (max 7 pages), Key Personnel (max 3 pages, including resumes/LOIs), Management and Staffing Plan (max 6 pages, including draft QCP).
    • Volume II (Factor 4): Past Performance (min 2, max 3 federal government contracts within last 3 years, max 3 pages).
    • Volume III: Total Price using the provided Schedule B spreadsheet.
  • Certifications: Signed Final SP4704-26-Q-0016, completed FAR 52.212-3 or statement certifying SAM.gov is current.

Evaluation Criteria

  • Selection Process: Trade-off evaluation. 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 on an Acceptable/Unacceptable basis. An Unacceptable rating in either makes a quote ineligible for award.
  • Technical Approach & Management/Staffing Plan: Rated from Outstanding to Unacceptable.
  • Pricing: Evaluated for accuracy, fairness, reasonableness, and completeness.
  • Discussions: The government intends to award without discussions but reserves the right to conduct them.

Key Updates & Clarifications

  • The offer due date has been extended multiple times, with the latest being May 19, 2026.
  • Weekly status reports have been removed from the delivery schedule.
  • The Period of Performance is confirmed as one base year plus two option years; Option Years 3 and 4 will not be priced.
  • Transition-in period is 30 days, unfunded, and no incumbent assistance will be provided.
  • Access to systems like TPPS and DFAS TGET is expected within 3-10 days post-DLA AMPs approval.

People

Points of Contact

Tom WalshPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7Viewing
Combined Synopsis/Solicitation
Posted: May 13, 2026
Version 6
Combined Synopsis/Solicitation
Posted: May 4, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Apr 29, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Apr 29, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Apr 23, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Apr 15, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 31, 2026
View