Global Tires Program 2.0
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) Land and Maritime has released a draft Request for Proposal (RFP) for the Global Tires Program 2.0 (GTP 2.0). This special notice invites industry to review the draft RFP and its attachments, and submit questions or comments by March 9, 2026, at 7 a.m. EST. The Government intends to review questions, provide answers, and then hold a Virtual Industry Day.
Scope of Work
The GTP 2.0 is a Firm Fixed Price (FFP) Requirements Contract (RC) for the supply and supply chain management of various tires, rubber treads, and other consumable rubber tire and track components. The selected contractor will act as the GTP 2.0 Integrator, utilizing government-established Vendor Contracts for tire supply. Responsibilities include demand planning, forecasting, purchasing, order processing, fulfillment, supplier management, financial management, item management, quality management, retread and disposal management, distribution, transportation, packaging, customs clearance, obsolescence management, and customer support. The effort will be performed in three phases: Transition and Implementation, Execution, and Contract Exit.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) Requirements Contract (RC)
- Period of Performance: Up to 10 years, including a 4-month implementation, a 5-year base, and multiple option periods.
- Estimated Value: Approximately $51M for GTP RFI CFM inventory purchase.
- Set-Aside: "UNRESTRICTED OR SET ASIDE" with specific categories including Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, and Women-Owned Small Business.
- NAICS Code: 493190 (Other Warehousing and Storage) with a size standard of $36.5M.
- Draft RFP Questions Due: March 9, 2026, 7 a.m. EST (Columbus, OH)
- Anticipated Final RFP Offer Due Date: December 8, 2026, 03:00 PM Local Time (subject to change)
- Published Date: February 26, 2026
Evaluation
Proposals for the final RFP will be evaluated based on four factors: Past Performance, Price, Technical (Management & Operations, Transition & Implementation, Resource Availability/Financing), and Small Business Participation. The Government intends to award without negotiations.
Additional Notes
- RFP attachments are not publicly available; email Contracting Officer Charles E. Mielke II (charles.mielkeii@dla.mil) for access via DoD Safe (https://safe.apps.mil/).
- Companies must be EDI capable with DLA by the time the RFP closes.
- Offerors must comply with cybersecurity requirements as outlined in DFARS 252.204-7012 and NIST SP 800-171.
- The draft RFP reflects recent FAR updates; DFARS references may not yet be accurate.