DLA Troop Support Hospital Supply Tailored Logistics Support Program (TLSP)

SOL #: SPE2DH25R0001Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA TROOP SUPPORT
PHILADELPHIA, PA, 19111, United States

Place of Performance

Place of performance not available

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

Medical And Surgical Instruments, Equipment, And Supplies (6515)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 21, 2025
2
Last Updated
Feb 24, 2026
3
Submission Deadline
Mar 25, 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 is soliciting proposals for the Hospital Supply Tailored Logistics Support Program (TLSP). This first-generation program aims to establish multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for commercial medical equipment, accessories, consumables, and durable mission-related supplies, along with comprehensive logistics support. Proposals are due March 25, 2026, at 03:00 PM EST.

Purpose & Scope

DLA Troop Support seeks to provide focused logistics support to its military and federal customers, including all Department of Defense (DoD) Medical and Dental treatment facilities, military sites, and other federally funded partners. The program may also support Foreign Military Sales (FMS) requirements. Vendors will supply TAA-compliant commercial medical items and provide a full range of logistics functions, including shipping, receiving, storage, inventory management, and transportation visibility. Excluded items include leasing, renting, or purchasing used/remanufactured equipment, and specific high-value systems like certain Radiology, Radiation Oncology, Patient Monitoring, Pharmacy Automation, and Integrated Operating Room Equipment.

Contract Details

The Government intends to award a maximum of seven (7) Firm-Fixed-Price (FFP) IDIQ contracts, each with not-to-exceed ceiling prices. The maximum contract term is five (5) years, consisting of a one (1) year base period and four (4) one-year option periods. The total aggregate maximum program value for all contracts is $490,000,000.00, with a maximum dollar value for any single contract set at $245,000,000.00. A guaranteed minimum order of $2,500.00 is provided for each awarded contract during the base year.

Set-Aside

This solicitation is issued under Full and Open Competition. Three (3) of the intended seven (7) awards are reserved for Small Business concerns.

Submission & Evaluation

Proposals must be submitted through DIBBS by March 25, 2026, 03:00 PM EST-Philadelphia. Offerors must organize proposals into three units: Non-Price, Price, and Administrative Documents. Evaluation will follow a Best Value Tradeoff source selection process, where Technical Merit and Past Performance are significantly more important than price. Technical Merit subfactors include Product Availability, Distribution, Customer Support, Sustainment, and Small Business Participation. Price proposals will be evaluated using a Market Basket approach, requiring offerors to submit prices for all 85 items on the Price Evaluation List (PEL). Questions are due by March 11, 2026.

Key Attachments & Contacts

Key attachments include the Price Evaluation Book (PEL) and the Vendor Question Resolution Matrix. Primary contacts are Ryan Sullivan (Ryan.Sullivan@dla.mil, 445-737-7510) and Yasmeen Turner (yasmeen.turner@dla.mil, 445-737-5365).

People

Points of Contact

Yasmeen TurnerSECONDARY

Files

Files

Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
Version 2
Special Notice
Posted: Nov 21, 2025
View
Version 1
Special Notice
Posted: Nov 21, 2025
View