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 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.