Wood Products

SOL #: SPE8E626R0003Solicitation

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
Last Updated
Apr 29, 2026
3
Submission Deadline
May 30, 2026, 3:59 AM

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 Solicitation SPE8E626R0003 for Wood Products under its Tailored Logistics Support Program (TLSP) for the CONUS West Region and select OCONUS locations. This is a 100% Total Small Business Set-Aside with an approved Nonmanufacturer Rule (NMR) Waiver. The contract is an Indefinite Quantity Contract (IQC) with a 2-year base and three one-year options, with a maximum value of $49.7 million per contract. Proposals are due May 29, 2026, at 11:59 PM.

Scope of Work

This opportunity covers a wide range of wood products, including Softwood Lumber, Hardwood Lumber, Plywood/Veneer, preservative-treated items, poles, ties, and pilings, falling under FSC 5510, 5520, and 5530. Contractors must be capable of supplying approximately 1,200 lumber-related items. Specific requirements include sourcing fire-retardant items from QPL-19140 manufacturers, adhering to Level A packaging and marking standards, and applying anti-stain treatment for "green" lumber. The West Region includes states like AZ, CA, CO, ID, MT, NV, NM, OR, UT, WA, WY, and OCONUS locations such as AK, GU, JP, KR.

Contract Details

  • Contract Type: Indefinite Quantity Contract (IQC), Multiple Award (minimum 3, maximum 4 awards).
  • Period of Performance: Two-year base period with three one-year options.
  • Guaranteed Minimum: $200,000.00 for each contract awarded (for the 2-year base period).
  • Estimated 5-Year Total Value: $39,471,960.00.
  • Maximum Dollar Value: $49,781,600.00 per contract.
  • Set-Aside: 100% Total Small Business Set-Aside with Nonmanufacturer Rule (NMR) Waiver.

Submission & Evaluation

Proposals will be evaluated using the Lowest Price Technically Acceptable (LPTA) method. Submissions must be sent via email and include a signed SF 1449, a Business Proposal, and Pricing Data on the provided Price Evaluation List (PEL) Excel Spreadsheet. Offerors must quote on all 23 PEL items, with material price substantiation reflecting market conditions as of May 15, 2026. A Capability Assessment Plan (CAP) addressing Surge & Sustainment (S&S) requirements must be submitted with the offer, as the electronic eCAP system is no longer used. Access to restricted Wood Products Usage Data requires a signed certification (Attachment 2) emailed to helen.patton@dla.mil.

Key Dates

  • Offer Due Date: May 29, 2026, 11:59 PM.
  • Published Date: April 29, 2026.

People

Points of Contact

Files

Files

Download
Download
Download
Download

Versions

Version 3
Solicitation
Posted: Apr 29, 2026
View
Version 2Viewing
Solicitation
Posted: Apr 29, 2026
Version 1
Pre-Solicitation
Posted: Mar 18, 2026
View