Wood Products

SOL #: SPE8E626R0003Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA TROOP SUPPORT
PHILADELPHIA, PA, 19111-5096, United States

Place of Performance

Philadelphia, PA

NAICS

Sawmills (321113)

PSC

Lumber And Related Basic Wood Materials (5510)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 18, 2026
2
Response Deadline
Apr 20, 2026, 8:59 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 has issued a presolicitation for the Wood Products Tailored Logistics Support Program (TLSP) CONUS West Region, under solicitation number SPE8E6-26-R-0003. This is a 100% Total Small Business Set-Aside with an approved Nonmanufacturer Rule (NMR) Waiver. The solicitation is estimated to be released on April 20, 2026, and will be available via DLA Internet Bid Board System (DIBBS).

Scope of Work

This Indefinite Quantity / Multiple Award Contract (IDIQ/MAC) will cover approximately 1,200 lumber-related items, including Softwood Lumber, Hardwood Lumber, Plywood/veneer, preservative-treated items, poles, dowels, moldings, and doors (FSC 5510, 5520, 5530). Services are required for the CONUS West Region (AZ, CA, CO, ID, MT, NV, NM, OR, UT, WA, WY) and OCONUS locations (AK, GU, JP, KR). Vendors must offer pricing on all 23 Price Evaluation List (PEL) items, with distribution pricing fixed for the 5-year contract length. Delivery timelines range from 7-65 days for routine orders and 7-25 days for urgent orders.

Contract Details

  • Contract Type: Indefinite Quantity / Multiple Award Contract (IDIQ/MAC)
  • Awards: Minimum of three, maximum of four
  • Duration: Two-year base period with three one-year options
  • Guaranteed Minimum: $200,000.00 per contract (one-time for base period)
  • Estimated Annual Value: $7,894,392.00
  • Estimated 5-Year Total Value: $39,471,960.00
  • Maximum Value (per contract): $49,781,600.00
  • Set-Aside: 100% Total Small Business Set-Aside with NMR Waiver

Submission & Evaluation

Award will be made to responsible offeror(s) offering the lowest price determined fair and reasonable, following a Lowest Price Technically Acceptable (LPTA) evaluation. A significant change in the Surge & Sustainment (S&S) process requires vendors to submit their Capability Assessment Plan (CAP) directly with their offer, rather than through the eCAP system. A CAP Companion Guide and templates are provided to assist bidders in preparing this crucial document.

Important Notes

The NMR Waiver allows qualified small businesses to supply products from other-than-small manufacturers. All other legal requirements, such as the Buy American Act and Trade Agreements Act, remain applicable.

People

Points of Contact

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Mar 18, 2026
Wood Products | GovScope