Hospital Supply Tailored Logistics Support Program (TLSP)- Consolidation

SOL #: SPE2DH25R0001Special Notice

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
Action Date
Dec 6, 2025, 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 initiative seeks to award multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for commercial medical equipment, accessories, consumables, durable mission-related supplies, and comprehensive logistics support to Department of Defense (DoD) and federally funded customers. This is a Full and Open Competition with three (3) of the maximum seven (7) awards reserved for Small Businesses. Proposals are due March 25, 2026.

Purpose & Scope

This first-generation TLSP aims to replace fragmented, manual processes with an integrated, automated solution for sourcing hospital medical supplies. Contractors will provide TAA-compliant commercial medical equipment, accessories, consumables, and durable items, along with full logistics functions including shipping, receiving, storage, inventory management, and transportation visibility. The program supports DoD Medical and Dental treatment facilities, military sites, and other federally funded partners, with potential for Foreign Military Sales (FMS). Excluded items include leasing, renting, or purchasing used/remanufactured/refurbished equipment, and certain specialized radiology, oncology, patient monitoring, pharmacy automation, and integrated OR equipment.

Contract Details

Multiple Firm-Fixed-Price (FFP) IDIQ contracts with not-to-exceed ceiling prices will be awarded. The government intends to make a maximum of seven (7) awards, reserving three (3) for Small Businesses. The contract term is one (1) base year plus four (4) one-year option periods, totaling up to five (5) years. 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, and Economic Price Adjustment (EPA) will be included.

Submission & Evaluation

Proposals must be submitted through DIBBS by March 25, 2026, at 03:00 PM EST-Philadelphia. Questions are due by March 11, 2026. Proposals should be organized 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). Offerors must ensure their System for Award Management (SAM) certifications are current.

Key Attachments & Contacts

Critical attachments include the Price Evaluation Book (Attachment 1), which outlines the PEL for pricing proposals, and the Vendor Question Resolution Matrix (Attachment 2), providing official clarifications. Primary Contact: Ryan Sullivan (Ryan.Sullivan@dla.mil, 445-737-7510). Secondary Contact: Yasmeen Turner (yasmeen.turner@dla.mil, 445-737-5365).

People

Points of Contact

Yasmeen TurnerPRIMARY
Ryan SullivanSECONDARY

Files

Files

Download

Versions

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