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) has issued a Small Business Set-Aside Request for Proposal (RFP) for ATG GLOBAL Engineering Services. This opportunity seeks a contractor to provide worldwide maintenance and sustainment for Energy Automation Operational Technology Sustainment (EAOTS) Automatic Tank Gauging (ATG), Independent Alarm Systems (IAS), and Overfill Protection Equipment (OPE). The acquisition will result in a five-year Firm-Fixed Price (FFP) Basic IDIQ contract and a one-year base plus four option year FFP Task Order, with an anticipated ceiling of $130 million. Proposals are due May 7, 2026, at 3:00 p.m. EST.
Scope of Work
The selected contractor will provide comprehensive services globally, including:
- Administrative Support & Program Management (ASPM)
- Preventive Maintenance (PM)
- Technical Support (TS)
- Corrective Maintenance (CM) & Repair
- Site Support (SS)
- Transition In/Out services This involves maintaining, supporting, modifying, and repairing ATG/IAS/OPE solutions at Defense Fuel Supply Points (DFSPs) worldwide, encompassing IT/OT components, network environments, software, hardware, and ensuring cybersecurity compliance.
Contract Details
- Contract Type: Single Award Indefinite-Delivery/Indefinite-Quantity (IDIQ) with a Firm-Fixed Price (FFP) Task Order (including one cost-type CLIN).
- Period of Performance: Five-year ordering period 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.
- Estimated Value: Anticipated $130,000,000 contract ceiling.
- Set-Aside: Small Business.
- NAICS Code: 811210 (Size Standard: $34.0M).
- Place of Performance: Worldwide (CONUS and OCONUS).
Submission & Evaluation
Offerors must submit two distinct proposals: one for the IDIQ contract and one for the Task Order. Proposals must be UNCLASSIFIED and submitted electronically to elizabeth.hanlon@dla.mil.
- Evaluation for IDIQ Basic: Based on Management Approach (Acceptable/Unacceptable) and Past Performance (Confidence Rating), both of equal importance.
- Evaluation for Global MX TO: Best-value tradeoff considering Technical Approach (most important), Past Performance, Small Business Participation (equal, less important than Technical Approach), and Price (least important). The combined non-price factors are significantly more important than price.
- PWS Access: Interested parties must email Elizabeth.Hanlon@dla.mil with full company name, CAGE Code, and Government contracts POC to be vetted and receive PWS attachments.
Key Dates & Contacts
- Questions Due: April 21, 2026.
- Pre-Proposal Conference: Virtual, week of April 12, 2026 (date TBD). Vetting required by April 8, 3:00 p.m. EST to attend.
- Proposals Due: May 7, 2026, 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).