ATG GLOBAL Engineering Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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) is soliciting proposals for ATG GLOBAL Engineering Services, encompassing the maintenance and sustainment of Energy Automation Operational Technology Sustainment (EAOTS) Automatic Tank Gauging (ATG), Independent Alarm Systems (IAS), and Overfill Protection Equipment (OPE) worldwide. This acquisition is a Small Business Set-Aside with an anticipated $130M ceiling for the IDIQ contract. Proposals are due May 7, 2026, at 3:00 p.m. EST.
Scope of Work
This requirement involves providing all necessary personnel, equipment, materials, and program management to perform maintenance and implement equipment installations for EAOTS ATG/IAS/OPE systems at various global locations. Services include:
- Administrative Support & Program Management (ASPM)
- Preventive Maintenance (PM)
- Technical Support (TS)
- Corrective Maintenance (CM) & Repair
- Site Support (SS)
- Transition In/Out services The scope also covers cybersecurity compliance, technical documentation, and expertise in sustaining petroleum facilities and systems.
Contract & Timeline
- Contract Type: A five-year Firm-Fixed Price (FFP) Basic IDIQ contract and a one-year base with four option year FFP Task Order (including one cost-type CLIN).
- Estimated Value: Anticipated $130M contract ceiling for the IDIQ.
- Period of Performance: Five 12-month base periods for the IDIQ; the Task Order includes a 3-month transition-in, 12-month base, four 12-month option periods, and a 3-month optional transition-out.
- Place of Performance: Worldwide, including CONUS and OCONUS DOD installations.
- Set-Aside: Small Business (NAICS 811210, Size Standard $34.0M).
- Questions Due: April 21, 2026.
- Pre-Proposal Conference: A virtual conference is planned for the week of April 12, 2026. Interested parties must be vetted by April 8, 2026, 3:00 p.m. EST.
- Proposal Due: May 7, 2026, 3:00 p.m. EST.
Submission & Evaluation
Offerors must submit two distinct proposals: one for the IDIQ contract (SP4706-26-R-0001) and one for the Task Order (SP4706-26-R-0002). Proposals must be UNCLASSIFIED and submitted electronically to elizabeth.hanlon@dla.mil.
Evaluation Factors:
- IDIQ Basic: Management Approach (Acceptable/Unacceptable) and Past Performance (Confidence Rating) are of equal importance.
- Global MX Task Order: A best-value tradeoff will be used. Technical Approach is most important; Past Performance and Small Business Participation are equally important but less than Technical Approach; Price is significantly less important than the combined technical factors.
Action Items
- To receive PWS attachments, email Elizabeth Hanlon (Elizabeth.Hanlon@dla.mil) with your full company name, Cage Code, and Government contracts POC.
- To attend the virtual pre-proposal conference, email Elizabeth Hanlon (Elizabeth.Hanlon@dla.mil) and Shaun Bunnell (Shaun.Bunnell@dla.mil) by April 8, 2026, 3:00 p.m. EST, providing company details and attendee information (max 3).
- Submit any questions by April 21, 2026, in MS Excel format.
- Submit proposals by May 7, 2026, 3:00 p.m. EST.