FSG 80 TLSP 2nd Generation

SOL #: SPE8EG25R0001Solicitation

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
Submission Deadline
Apr 20, 2026, 7:00 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 has issued a solicitation for the FSG 80 TLSP 2nd Generation contract. This opportunity seeks proposals for a follow-on contract to establish a single award for wholesale supply, storage, and distribution of Federal Supply Group (FSG) 80 items, including paints, varnishes, sealants, and adhesives. This is a Total Small Business Set-Aside. Proposals are due April 20, 2026, at 3:00 PM EST.

Scope of Work

The selected contractor will be responsible for the procurement, supply, storage, and distribution of FSG 80 items (FSCs 8010, 8030, 8040), including non-National Stock Number (NSN) products with similar characteristics. Key responsibilities include comprehensive supply chain management, demand planning, forecasting, inventory management, quality control, shelf-life management, and temperature-controlled storage and transportation. Compliance with environmental regulations and hazardous material handling is mandatory. The contract requires electronic submission of payment requests and receiving reports via Wide Area Work Flow (WAWF), and a Surge and Sustainment Plan/Capability Assessment Plan (CAP) is required. Performance metrics include a 90% On-Time Delivery Rate and 100% Quantity Fill Rate.

Contract Details

  • Type: Indefinite Delivery/Indefinite Quantity (IDIQ) Contract
  • Period of Performance: A two (2) year base ordering period with four (4), two-year option periods, totaling up to ten years. Includes an 18-month transition period for full operational capability.
  • Estimated Value: Approximately $86 million per year, with a maximum contract value of $960 million over ten years. The Government guarantees a minimum of $1 million in orders during the base period.
  • Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
  • Applicability: Buy American Act applies.

Submission & Evaluation

Proposals must be submitted electronically via the DLA Internet Bid Board System (DIBBS) in three volumes: Non-Price Proposal, Price Proposal, and Other. Evaluation will be based on Past Performance (recency, relevancy, quality) and Business Plan, which are considered more important than price. A Non-price and Price Tradeoff Evaluation will be conducted to determine the Best Value to the Government.

Key Dates & Contacts

  • Solicitation Open Date: February 20, 2026
  • Proposal Due Date: April 20, 2026, 03:00 PM EST
  • Primary Contact: Jessica Sheaffer, jessica.sheaffer@dla.mil, 4457378859

Additional Notes

The solicitation includes numerous FAR and DFARS clauses covering various aspects of contract performance. Offerors are advised that estimated values are estimates only and not guarantees.

People

Points of Contact

Jessica SheafferPRIMARY

Files

Files

View
Download

Versions

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