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 Energy Automation Operational Technology Sustainment (EAOTS) Engineering Services, specifically for Automatic Tank Gauging (ATG), Independent Alarm Systems (IAS), and Overfill Protection Equipment (OPE). This acquisition will result in a Firm-Fixed Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract and an associated Firm Fixed Price Task Order with a Time & Materials CLIN for global maintenance. This opportunity is set aside for Small Business.
Opportunity Overview
This solicitation seeks services for the maintenance and sustainment of installed EAOTS ATG/IAS/OPE equipment at multiple worldwide locations. The scope includes providing all personnel, equipment, materials, maintenance program management, and services for system maintenance and equipment installation as detailed in the Performance Work Statement (PWS) for Task Order SP470626R0002. The IDIQ contract will have a five-year ordering period, and the initial Task Order will include a one-year base and four option years, covering Transition In/Out, Administrative Support & Program Management (ASPM), Preventive Maintenance (PM), Technical Support (TS), Corrective Maintenance (CM) & Repair, and Site Support (SS).
Contract Details
- Contract Type: Single Award Firm-Fixed Price (FFP) Indefinite-Delivery/Indefinite-Quantity (IDIQ) with a FFP Task Order (including a Time & Materials CLIN).
- Period of Performance: Five (5) year ordering period for the IDIQ. The initial Task Order includes a 3-month transition-in, 12-month base, four (4) 12-month option periods, and a 3-month optional transition-out.
- Estimated Value: Anticipated $130M contract ceiling for the IDIQ.
- Set-Aside: Small Business (NAICS Code: 811210, Size Standard: $34.0M).
- Place of Performance: Worldwide, including CONUS and OCONUS Defense Fuel Support Points (DFSPs).
Key Requirements & Deliverables
Offerors must submit two proposals: one for the IDIQ contract and one for the initial Task Order. The PWS outlines requirements for sustaining, supporting, modifying, and repairing ATG/IAS/OPE solutions, including administrative support, PM, TS, CM, engineering, and cybersecurity compliance. Performance will be evaluated against Quality Assurance Surveillance Plan (QASP) standards, including Service Level Agreements (SLAs) for technical support and corrective maintenance. The minimum order of services will be $100,000. Contractor personnel must possess expertise in petroleum systems and relevant certifications.
Submission & Evaluation
Proposals must be submitted electronically to elizabeth.hanlon@dla.mil by May 7, 2026, at 3:00 p.m. EST. The evaluation process is two-part:
- IDIQ Basic: Evaluated on Management Approach (Acceptable/Unacceptable) and Past Performance (Confidence Rating).
- Global MX TO: Evaluated on a best-value tradeoff, with Technical Approach being most important, followed by Past Performance and Small Business Participation (equal importance, less than Technical Approach), and then Price. The government reserves the right to award without discussions. Questions are due by April 21, 2026.
Important Dates & Contacts
- Proposal Due Date: May 7, 2026, 3:00 p.m. EST
- Questions Due Date: April 21, 2026
- Pre-Proposal Conference: Virtual, week of April 12, 2026 (date TBD). Interested parties must be vetted by April 8, 3:00 p.m. EST.
- Primary Contact: Elizabeth Hanlon, Elizabeth.Hanlon@dla.mil, 614-693-9915
- Secondary Contact: Shaun Bunnell, Shaun.Bunnell@dla.mil, 614-693-2603
Additional Notes
Many solicitation documents are Controlled Unclassified Information (CUI). Offerors must email Ms. Hanlon with company name, CAGE Code, and Government contracts POC to be vetted and receive PWS attachments. For the pre-proposal conference, provide contact info for up to three attendees by April 8.