FSG 80 TLSP 2nd Generation

SOL #: SPE8EG25R0001Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA TROOP SUPPORT
PHILADELPHIA, PA, 19111-5096, United States

Place of Performance

Philadelphia, PA

NAICS

Adhesive Manufacturing (325520)

PSC

Paints, Dopes, Varnishes, And Related Products (8010)

Set Aside

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

Timeline

1
Posted
Jan 14, 2026
2
Last Updated
Feb 20, 2026
3
Response Deadline
Jan 28, 2026, 8:00 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) Troop Support Philadelphia plans to issue a 100% Total Small Business Set-Aside Request for Proposal (RFP) for the 2nd generation FSG 80 Tailored Logistics Support Program (TLSP). This $960 million Indefinite Delivery, Indefinite Quantity (IDIQ) contract will provide total logistics support for commercial paints, varnishes, preservatives, sealing compounds, and adhesives (Federal Supply Group 80 items). The RFP (SPE8EG-25-R-0001) is estimated for release on January 29, 2026.

Scope of Work

This acquisition covers total logistics support for Federal Supply Group (FSG) 80 items, specifically commercial paints, varnishes, preservatives, sealing compounds, and adhesives. This includes, but is not limited to, Federal Supply Classes (FSCs) 8010 (paint, lacquer, enamel), 8030 (sealing compound, primer), and 8040 (adhesive, tape, resin). Responsibilities encompass wholesale supply, storage, and distribution of these items to DLA customers. Items may have specific requirements such as hazardous material classifications, shelf life, surge and sustainment needs, Qualified Products List (QPL)/Qualified Manufacturers List (QML) requirements, and temperature-controlled storage.

Contract & Timeline

  • Type: Firm-Fixed Price with Economic Price Adjustments (EPA), Indefinite Delivery, Indefinite Quantity (IDIQ) single award Long-Term Contract (LTC).
  • Maximum Value: $960 million.
  • Duration: Two (2) year base period and four (4) two-year option periods.
  • Set-Aside: Total Small Business (100%).
  • Solicitation Number: SPE8EG-25-R-0001.
  • Estimated RFP Release: January 29, 2026.
  • Published Date: January 14, 2026.
  • Notice End Date: January 28, 2026.

Evaluation

Award will utilize a trade-off best value approach in accordance with FAR Part 12 ("Acquisition of Commercial Products and Commercial Services") and FAR Part 15 ("Contracting by Negotiation"). The solicitation will include a Price Evaluation List (PEL) containing 700 National Stock Numbers (NSNs), and vendors will be required to provide prices on at least 90% of these items. Evaluation factors will be detailed in the forthcoming solicitation.

Additional Notes

Delivery terms will be both Freight on Board (F.O.B.) Origin and Destination, depending on the item and/or customer. Inspection & Acceptance (I/A) for Foreign Military Sales (FMS) orders will occur at Origin, while all other orders will have I/A at Destination. The solicitation will be made available through the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/.

People

Points of Contact

Jessica SheafferPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Feb 20, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Jan 14, 2026
FSG 80 TLSP 2nd Generation | GovScope