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
Apr 21, 2026
3
Submission Deadline
May 4, 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 program. This is a follow-on, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the wholesale supply, storage, and distribution of Federal Supply Group (FSG) 80 items, including paints, varnishes, sealants, and adhesives. This acquisition is a Total Small Business Set-Aside. Proposals are due May 4, 2026, at 3:00 PM EST.

Scope of Work

This program requires comprehensive supply chain management for FSG 80 items (FSCs 8010, 8030, 8040), including non-NSN products with similar characteristics. Key responsibilities include procurement, supply, storage, and distribution. Offerors must demonstrate capabilities in 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. Performance metrics include a 90% On-Time Delivery Rate and 100% Quantity Fill Rate.

Contract Details

  • Type: Indefinite Delivery/Indefinite Quantity (IDIQ)
  • Period of Performance: A two (2) year base ordering period, followed by four (4) two-year option periods, totaling up to ten years. Includes an 18-month transition period.
  • 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: Total Small Business Set-Aside (FAR 19.5).
  • Place of Performance: Contracting office is in Philadelphia, PA, but the scope covers CONUS, OCONUS, and FMS orders.

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.

Key Dates & Contact

  • Solicitation Open: February 20, 2026
  • Proposal Due: May 4, 2026, 3:00 PM EST
  • Contact: Jessica Sheaffer (jessica.sheaffer@dla.mil)

Additional Notes

Amendment SPE8EG25R00010003, issued April 14, 2026, extended the closing date. The Buy American Act applies. Offerors must submit a Surge and Sustainment Plan/Capability Assessment Plan (CAP) and utilize Wide Area Work Flow (WAWF) for payment requests. Estimated values are not guarantees.

People

Points of Contact

Jessica SheafferPRIMARY

Files

Files

View
Download

Versions

Version 5
Solicitation
Posted: Apr 21, 2026
View
Version 4Viewing
Solicitation
Posted: Apr 20, 2026
Version 3
Solicitation
Posted: Apr 6, 2026
View
Version 2
Solicitation
Posted: Feb 20, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 14, 2026
View
FSG 80 TLSP 2nd Generation | GovScope