Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2025 SAM #8692
SOLICITATION NOTICE

58 -- Tech & Info Tailored Logistics Support Program

Notice Date
9/11/2025 1:04:39 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE8EG24R0001
 
Response Due
10/15/2025 12:00:00 PM
 
Archive Date
10/30/2025
 
Point of Contact
Tiffany McFadden
 
E-Mail Address
tiffany.mcfadden@dla.mil
(tiffany.mcfadden@dla.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a combined synopsis and solicitation for commercial products or commercial services prepared in accordance with Subpart FAR 12.6, as supplemented with additional information included in this notice, for the Technology & Information (Tech & Info) Tailored Logistics Support Program (TLSP) in support of the Tech & Info requirements of military commands, federal agencies, and other authorized DLA customers located worldwide. This announcement constitutes the only solicitation. Defense Logistics Agency (DLA) Troop Support Philadelphia intends to issue a Request for Proposal (RFP), Solicitation SPE8EG-24-R-0001, for the Tech & Info TLSP. All products are commercial products, which are identified by NSNs, manufacturer�s part number, or a commercial product description. Products are covered under a Statement of Work (SOW). In general, the scope includes Tech & Info products and incidental services. The following FSGs are within scope of the Tech & Info TLSP: - FSG 36- Special Industry Machinery to include Advanced Manufacturing - FSG 58 - Communication, Detection, and Coherent Radiation Equipment - FSG 67-Photographic Equipment - FSG 70 - Automatic Data Processing Equipment, Software, Supplies, and Support Equipment Non-NSN products (manufacturer�s part number products and commercial product descriptions) that would likely fall under one of the above FSGs based on the nature of the products are also within the scope of the Tech & Info TLSP. The Tech & Info TLSP will not be used to support commercial off-the shelf items provided by the General Services Administration (GSA) in the covered product categories. The acquisition will be conducted in accordance with FAR Part 12 Acquisition of Commercial Products and Commercial Services and FAR Part 15 Contracting by Negotiation. Subject products meet the definition of a commercial product as defined in FAR 2.101. The resultant contracts will be firm-fixed-price, multiple, Indefinite Delivery, Indefinite Quantity (IDIQ) contracts with not-to-exceed ceiling prices. Subject acquisition will have a seven (7) year term consisting of a three (3) year base period and two 2-year option periods, if option periods are exercised. The annual estimated contract value is $1.04 billion. The total estimated dollar value for the seven (7) year contract term is $7.3 billion. The contract maximum dollar value is $11 billion. The guaranteed minimum will be a one-time obligation of $150,000 per awardee to be satisfied during the three-year base period. There will be no guaranteed minimum for the option years. Tradeoff source selection procedures in accordance with FAR 15.101-1 and the DoD Source Selection Procedures will be utilized. The subject acquisition will be Unrestricted. As a result of this solicitation, there will be a minimum of two (2) contract awards, and a maximum of seven (7) contract awards inclusive of a small business reserve. In accordance with FAR 19.503, this acquisition will include a reserve of five (5) contract awards for any of the small business concerns identified in FAR 19.000 (a) (3). A Price Evaluation List of 165 items will be utilized to evaluate pricing. Delivery terms will be FOB Destination with Inspection/Acceptance at Destination. Delivery requirements are established based on customer requirements, industry practices, market availability and urgency of need. The NAICS is 334111 and the business size standard is 1,250. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services is applicable and the evaluation criteria are as follows: Factor I: Past Performance � Confidence Assessment Factor II: Technical Merit (a) Subfactor: Product Sourcing (b) Subfactor: Distribution (c) Small Business Participation Factor III: Price Please ensure a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, is included with the proposal. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, is applicable to the acquisition. Any Defense Priorities and Allocations System (DPAS) ratings will be assigned at the time of issuance of delivery order. The solicitation has been issued under Solicitation Number SPE8EG-24-R-0001, and is included as an attachment to this posting. The solicitation may also be found on DIBBS. The solicitation issue date is Thursday, August 28, 2025, and will be closed on Wednesday, October 15, 2025. DIBBS WEBLINK: https://www.dibbs.bsm.dla.mil/rfp/rfprec.aspx?sn=SPE8EG24R0001 Amendment 0001: This is notification that Amendment 0001 was issued on DIBBS on 9/11/25 to resolve a systemic error which resulted in the incorrect Procurement Item Descriptions (PID) and packaging data loading at time of solicitation issuance. A copy of the correct PIDs and packaging data have been provided on DIBBS. Amendment 0002: This is notification that Amendment 0002 was issued on DIBBS on 9/11/25 to establish a suspense date when questions must be received pertaining to the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/df5cf225789a4e27888409ee5cdb35f1/view)
 
Place of Performance
Address: Philadelphia, PA, USA
Country: USA
 
Record
SN07587716-F 20250913/250911230052 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.