Special Operational Equipment TLS
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 published a Justification and Approval (J&A) for the Special Operational Equipment (SOE) Tailored Logistics Support (TLS) Program. This J&A authorizes an increase in the maximum dollar value of the 5th Generation contracts (SPE8EJ-21-D-0020, SPE8EJ-21-D-0022, SPE8EJ-21-D-0023, SPE8EJ-21-D-0025) from $33 billion to $60 billion. This action is driven by unexpected and unprecedented increases in demand, particularly due to the war in Ukraine, increased utilization of Unmanned Aerial Systems (UAS), and rising equipment costs.
Scope of Change
This J&A specifically increases the financial capacity of the existing multiple-award SOE TSLP contracts. The program covers a broad range of commercially available SOE items, including survival gear, tactical equipment, personal protection, communication devices, UAS, and Counter-UAS (C-UAS).
Contract & Timeline
- Type: Justification and Approval (J&A) for existing contracts
- Value Increase: From $33,000,000,000 to $60,000,000,000
- Set-Aside: None specified for this J&A (existing contracts)
- Published: February 17, 2026
Impact for Bidders
This J&A provides additional ordering capacity for the current contractors: Atlantic Diving Supply, Inc., Noble Supply and Logistics, SupplyCore Inc., and W.S. Darley & Co. The document explicitly states that "no other firms will be solicited" for this specific modification, meaning it does not open the program to new vendors at this time. However, it is noted that "pending approval of this J&A, the solicitation for the follow-on contract will be synopsized in contract Opportunities Point of Entry website SAM.gov in accordance with FAR Subpart 5.2." This indicates that a future, separate solicitation for a follow-on contract is anticipated, which would be relevant for new bidders.
Contact Information
Primary Point of Contact: Mary Ryan (mary.ryan@dla.mil)