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 Tailored Logistics Support Program (TLSP) 2nd Generation. This is a Total Small Business Set-Aside for a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide wholesale supply, storage, and distribution of Federal Supply Group (FSG) 80 items, including paints, varnishes, sealants, and adhesives. The program aims to integrate commercial business practices to reduce logistics costs and ensure efficient distribution. Proposals are due May 4, 2026, at 3:00 PM EST.
Scope of Work
This opportunity 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.
- Demand planning, forecasting, inventory management, quality control, and shelf-life management.
- Temperature-controlled storage and transportation.
- Compliance with environmental regulations and hazardous material handling.
- Electronic submission of payment requests and receiving reports via Wide Area Work Flow (WAWF).
- Development and submission of a Surge and Sustainment Plan/Capability Assessment Plan (CAP).
- Meeting performance metrics of 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 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.
- Place of Performance: Primarily Philadelphia, PA, United States, for DLA Troop Support.
- Set-Aside: 100% Total Small Business Set-Aside. The Buy American Act applies.
Submission & Evaluation
- Submission Method: Proposals must be submitted electronically via the DLA Internet Bid Board System (DIBBS).
- Proposal Structure: Submissions require three volumes: Non-Price Proposal, Price Proposal, and Other.
- Evaluation Factors: Award will be based on a Best Value Tradeoff, where Past Performance (recency, relevancy, quality) and Business Plan are considered more important than price.
- Amendments: Offerors must acknowledge and submit signed copies of Amendments SPE8EG25R00010001, SPE8EG25R00010002, and SPE8EG25R00010004 with their proposals. A signed copy of Amendment SPE8EG25R00010003 is not required.
Key Dates & Amendments
- Solicitation Open: February 20, 2026.
- Proposal Due Date: May 4, 2026, at 3:00 PM EST.
- Latest Amendment (SPE8EG25R00010004) Published: April 21, 2026. This amendment removed 64 NSNs from the Price Evaluation List (PEL).
- Previous Amendments:
- Amendment 1 (April 2, 2026): Answered questions.
- Amendment 2 (April 6, 2026): Updated Provisions/Clauses due to Revolutionary FAR Overhaul (RFO).
- Amendment 3 (April 14, 2026): Answered a question and extended the closing date to May 4, 2026.
Contact Information
- Primary Contact: Jessica Sheaffer, jessica.sheaffer@dla.mil, 4457378859.