SOLICITATION NOTICE
80 -- FSG 80 TLSP 2nd Generation
- Notice Date
- 1/14/2026 6:42:54 AM
- Notice Type
- Presolicitation
- NAICS
- 325520
— Adhesive Manufacturing
- Contracting Office
- DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
- ZIP Code
- 19111-5096
- Solicitation Number
- SPE8EG25R0001
- Response Due
- 1/28/2026 12:00:00 PM
- Archive Date
- 02/12/2026
- Point of Contact
- Jessica Sheaffer, Phone: 4457378859
- E-Mail Address
-
jessica.sheaffer@dla.mil
(jessica.sheaffer@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Defense Logistics Agency (DLA) Troop Support Philadelphia intends to issue a 100% small business set-aside Request for Proposal (RFP) for the 2nd generation of the FSG 80 Tailored Logistics Support Program (TLSP). This acquisition will be total logistics support for commercial paints, varnishes, preservatives and sealing compounds, and adhesives in Federal Supply Group (FSG) 80. Responsibilities include providing wholesale supply, storage, and distribution of FSG 80 items ordered by DLA customers. Items covered included, but are not limited to, Federal Supply Classes (FSCs) (8010 (paint, lacquer, enamel, polyurethane, varnish, epoxy, aerosol), 8030 (sealing compound, primer, sealant, insulator) and 8040 (adhesive, tape, resin, glue, pen). Items may have one or more of the following: hazardous material classifications, shelf life requirements, surge and sustainment requirements, Qualified Products List (QPL) / Qualified Manufacturers List (QML) requirements and temperature-controlled storage requirements. This acquisition is for a Firm-Fixed Price with Economic Price Adjustments (EPA), Indefinite Delivery, Indefinite Quantity (IDIQ) single award long-term contract (LTC). A Price Evaluation List (PEL) will be included with the solicitation, which will contain 700 NSNs. Vendors are required to provide prices on at least 90% of the items contained on the PEL. The solicitation number is SPE8EG-25-R-0001. The procedures at FAR Part 12, �Acquisition of Commercial Products and Commercial Services� and FAR Part 15, �Contracting by Negotiation� will be utilized. A trade-off best value approach will be utilized. Any resultant contract will be awarded to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The factors used to evaluate offers will be listed in the solicitation, once posted. The resultant contract will include a two (2) year base period and four (4) two-year option periods. The contract maximum will be $960 million. Delivery terms will be both Freight on Board (F.O.B.) Origin and Destination, depending on the item and/or customer. Inspection & Acceptance (I/A) for Foreign Military Sales (FMS) orders will take place at Origin, while all other orders will have I/A at Destination. The synopsis should NOT be considered a Request for Proposal (RFP), Request for Quotation (RFQ), or an Invitation for Bid (IFB). The Government is in no way obligated to purchase any material as a result of this notice. The estimated release date of this solicitation is January 29, 2026. This date is subject to change. A copy of the solicitation will be made available through the DLA Internet Bid Board System (DIBBS), https://www.dibbs.bsm.dla.mil/. All responsible sources will be able to submit a proposal which will be considered by DLA Troop Support. NOTE: Copies of the solicitation package will not become available until the solicitation issue date.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3323775111824834a2187c63291e723a/view)
- Place of Performance
- Address: Philadelphia, PA 19111, USA
- Zip Code: 19111
- Country: USA
- Zip Code: 19111
- Record
- SN07687426-F 20260116/260114230034 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |