Expeditionary Barrier System
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) Troop Support is soliciting proposals for Expeditionary Barrier Systems (EBS) under an Unrestricted Solicitation with a Hubzone Preference. The agency intends to award at least two, but a maximum of three, Fixed-Price, Indefinite-Delivery, Indefinite-Quantity (IDIQ) Long Term Contracts (LTCs) for 18 items of EBS. The estimated annual contract value is $25,000,000.00, with a guaranteed minimum of $1,410,000.00 per contract and a shared maximum of $500,000,000.00 across all awards. Proposals are due by 3:00 p.m. EST on May 14, 2026.
Scope of Work
This opportunity involves the acquisition of 18 distinct National Stock Numbers (NSNs) of Expeditionary Barrier Systems (EBS), which are collapsible, cellular welded wire mesh gabion systems. Supplies must comply with MIL-DTL-32488 specifications, with specific exceptions and modifications detailed in the solicitation attachments. Successful offerors must maintain at least one CONUS origin delivery point, and all manufacturing facilities must be accessible for Government inspection. The Berry Amendment and Trade Agreements Act clauses apply, requiring all fabric components to be produced in the United States.
Contract Details
- Contract Type: Fixed-Price, Indefinite-Delivery, Indefinite-Quantity (IDIQ) Long Term Contracts (LTC)
- Period of Performance: A two-year base ordering period with three one-year option periods.
- Estimated Value: Guaranteed minimum of $1,410,000.00 per contract; shared maximum of $500,000,000.00 for all awards; estimated annual value of $25,000,000.00.
- Set-Aside: Unrestricted Solicitation with a Hubzone Preference.
- Place of Performance: Philadelphia, PA (administrative), with CONUS/OCONUS delivery points.
Submission & Evaluation
Proposals will be evaluated using Lowest Price Technically Acceptable (LPTA) source selection procedures. Awards will be made to responsible offerors providing the lowest technically acceptable and fair/reasonable prices. Offers must be submitted on an "all or none" basis for each CLIN (Contract Line Item Number) and must include pricing for all four pricing periods (base and option years). Government First Article Test (FAT) pricing is mandatory for each NSN, and FAT samples (6 per NSN) must be submitted within 135 days of award. EBS sizes must be priced identically regardless of color (e.g., EBS 1B and EBS 1G must have the same unit price). Offerors must be registered in DIBBS, VSM, and SAM. Proposals must be submitted via email to Ashley Brown (Ashley.N.Brown@dla.mil) and Matthew Eckenrode (Matthew.Eckenrode@dla.mil).
Important Notes
Individual delivery orders will be competed among awardees via email RFQs, with evaluation based on price and delivery. The DLA's Vendor Shipment Module (VSM) is mandatory for transportation arrangements. Questions and clarification requests are due by May 14, 2026.