FSG 80 TLSP 2nd Generation
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 has issued a Solicitation (SPE8EG25R0001) for the FSG 80 Tailored Logistics Support Program (TLSP) 2nd Generation. This is a 100% Total Small Business Set-Aside for a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract to manage the wholesale supply, storage, and distribution of Federal Supply Group (FSG) 80 items, including paints, varnishes, sealants, and adhesives. The estimated maximum value is $960 million over ten years. Proposals are due April 20, 2026, at 3:00 PM EST.
Purpose & Scope
This follow-on contract aims to integrate commercial business practices to reduce logistics costs and provide efficient distribution capabilities for FSG 80 items (FSCs 8010, 8030, 8040), including non-NSN products with similar characteristics. The scope includes 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 requirements is mandatory. Offerors must submit a Surge and Sustainment Plan/Capability Assessment Plan (CAP). Performance metrics include a 90% On-Time Delivery Rate and 100% Quantity Fill Rate.
Contract Details
- Type: Single-Award Indefinite Delivery/Indefinite Quantity (IDIQ) Contract.
- Period of Performance: A two-year base ordering period, followed by four two-year option periods, totaling ten years. An 18-month transition period for full operational capability is included.
- Estimated Value: Approximately $86 million per year, with a maximum contract value of $960 million over the ten-year period. The Government guarantees a minimum of $1 million in orders during the base period.
- Place of Performance: Philadelphia, PA 19111, United States.
Set-Aside & Eligibility
This acquisition is a 100% Total Small Business Set-Aside. The 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 prioritize Past Performance (recency, relevancy, quality) and the Business Plan, which are considered more important than price. A Non-price and Price Tradeoff Evaluation will determine the Best Value to the Government. Electronic submission of payment requests and receiving reports via Wide Area Work Flow (WAWF) is required.
Key Dates & Amendments
- Solicitation Open: February 20, 2026.
- Proposal Due Date: April 20, 2026, at 3:00 PM EST.
- Amendment SPE8EG25R00010001: Issued April 2, 2026, to answer questions.
- Amendment SPE8EG25R00010002: Issued April 6, 2026, to update provisions/clauses due to the Revolutionary FAR Overhaul (RFO).
- Both amendments require a signed copy to be submitted with proposals. The closing date remains unchanged.
Contact Information
Primary Point of Contact: Jessica Sheaffer, jessica.sheaffer@dla.mil, 445-737-8859.