GTP/GTP 2.0 Feeder
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 is conducting a Sources Sought for tire contracts to support the Global Tires Program (GTP) and GTP 2.0. This market research aims to identify potential suppliers for 364 National Stock Numbers (NSNs) across various tire types, informing future Long-Term Contracts (LTCs). Responses are due Monday, May 25, 2026.
Purpose & Scope
This Sources Sought notice is for market research to gather information from potential suppliers for future LTCs under the Global Tires Program. The acquisition covers 364 tire Contract Line Item Numbers (CLINs), including Aircraft tires, Cooperative Approved Tire List (CATL) 1922 and 1923 tires, Code and Part numbered tires, and Ground ZZT tires. The resulting contracts are anticipated to be Requirements Contracts, Firm Fixed Price, with a period of performance extending to August 19, 2036. Support will be provided to the GTP Integrator and/or GTP 2.0 Integrator, and potentially direct supply to the Government.
Key Requirements for Response
Interested companies must complete the "Market Research Questionnaire" and "B-2 Pricing and Delivery" attachments. Responses should include the CAGE Code, Part Number, estimated delivery, and place of performance for each interested NSN. Offerors must demonstrate 36 consecutive months of experience (within the last five years) in manufacturing/distributing similar tires and complying with performance timeliness standards. A Technical/Quality Control Plan (addressing Reliability, Configuration, Obsolescence, and Quality Management) and an Information Technology plan for automated order fulfillment are required. Large businesses must include a Subcontracting Plan. For new tire CLINs with Surge and Sustainment (S&S) requirements, offerors must propose on both the new tire and S&S CLINs. Compliance with the Trade Agreements Act (TAA) is mandatory, and traceability documentation is needed for offerors not identified as approved sources. Packaging and marking must adhere to specified requirements.
Competition & Evaluation
Set-Aside: None specified for this Sources Sought. Future solicitations will feature unrestricted competition for Aircraft tires, and other than full and open competition for CATL, Code/Part, and Ground ZZT tires due to limited sources or anticipated competition. Future awards will be made on a CLIN-by-CLIN basis. "All or None" CLINs will be awarded to the Lowest Priced Technically Acceptable (LPTA) offeror, while Split Award CLINs will be evaluated based on technical criteria (Section M). The applicable NAICS code is 326211 (Tire Manufacturing) with a 1,500 employee size standard.
Submission Details
Response Due: Monday, May 25, 2026, by 3:00 PM local time. Submission Method: Email proposals to charles.mielkeii@dla.mil. Single emails are limited to 10 MB; larger proposals must be split. Offers must be valid for 90 calendar days. Key Attachments: Performance Work Statement, Sections L&M, B-2 Pricing and Delivery, Market Research Questionnaire, PID Packaging and Markings, CATL 1922, and CATL 1923. Technical specifications for CATL and Ground ZZT items are available via DIBBS.