The Defense Logistics Agency (DLA) is consolidating its Technology and Information Tailored Logistics Support Program (Tech & Info TLSP) into a single solicitation, moving from separate smaller contracts. This consolidation, under Solicitation Number: SPE8EG-24-R-0001, will utilize multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts with a seven-year performance period. The DLA conducted market research and determined that the consolidation is necessary and justified to improve customer support, reduce administrative burdens, and enhance the logistics mission. Three contracting approaches were considered, with the proposed approach being Tailored Logistics Support Multiple Awards (TLS MA), which allows for post-award competition of individual delivery orders and includes a reserve for small businesses. This strategy aims to leverage commercial supply chains for a wide range of information technology and equipment, including additive manufacturing. The benefits of this consolidation, which substantially exceed less-consolidated alternatives, include reduced administrative burden, improved delivery times, increased contractor opportunities, enhanced communication, better post-award administration, and improved adherence to commercial practices. The acquisition is unrestricted but ensures ample opportunity for small business participation.
This government solicitation, SPE8EG24R0001, is for the Technology and Information Tailored Logistics Support Program (Tech & Info TLSP), seeking proposals for various technology and information-related items and incidental services for DLA customers worldwide. The contract is an Indefinite Delivery/Indefinite Quantity (IDIQ) type, with a three-year base period and two two-year option periods, and an estimated total value of $7.3 billion, with a maximum of $11 billion. The government intends to make multiple awards, a minimum of two and a maximum of seven, including a small business reserve. Key requirements include submitting proposals through DIBBS by October 15, 2025, providing ceiling prices for a Price Evaluation List, and complying with various FAR and DFARS clauses, including the Berry Amendment and Buy American Act. Proposals will be evaluated using a Best Value Tradeoff, with non-price factors being significantly more important than price.
The government file outlines a request for various items, primarily focusing on 3D printing equipment, telecommunications devices, photographic equipment, and an extensive range of computer systems and peripherals. The 3D printer specified is a Fused Filament Fabrication/Fused Deposition Modeling (FDM) type, compatible with Windows, macOS, and Linux, supporting STL, OBJ, X3D, and 3MF file formats. It must handle materials like PLA, TPU, ABS, PETg, PVA, PVB, Nylon, and PC, with a heated print bed, automatic bed leveling, and 2.85mm filament compatibility (1.75mm optional). The request also includes a compatible 3D printer enclosure, assembly, and installation. Telecommunication items include various telephone sets and systems. Photographic equipment comprises cases, tripods, and lens caps. Computer-related items span digital computer systems, components, data entry devices, display units, memory cards, disk drive units, and various computer accessories and consumables like toner cartridges and data storage media. The document also lists services such as installation and equipment, along with specific quantities for each item. While pricing details are all listed as $0.00 across base and option periods, the contract duration is specified as a 3-year base period with two 2-year option periods, totaling 7 years. The performance location for these items is Pennsylvania.
The Defense Logistics Agency (DLA) Troop Support is initiating a consolidated acquisition for the Tailored Logistics Support (TLS) Technology and Information Program, set to last seven years, including options for extending the contract. Market research supports this consolidation as beneficial, allowing improved logistics and customer support through a mix of unrestricted and small business-focused competition. The approach will streamline procurement, reduce administrative burdens, and maximize efficiencies while ensuring opportunities for small businesses to participate.