Global Tires Program 2.0

SOL #: SPE7LX26R0030Special Notice

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA LAND AND MARITIME
COLUMBUS, OH, 43218-3990, United States

Place of Performance

Place of performance not available

NAICS

Other Warehousing and Storage (493190)

PSC

Tires And Tubes, Pneumatic, Except Aircraft (2610)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 26, 2026
2
Last Updated
Mar 25, 2026
3
Action Date
Mar 9, 2026, 11:00 AM

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) Land and Maritime has released a draft Request for Proposal (RFP) for the Global Tires Program 2.0 (GTP 2.0). This opportunity seeks an Integrator for the supply and supply chain management of tires and rubber components under a Firm Fixed Price (FFP) Requirements Contract. The estimated 10-year program value is approximately $3 billion. A Virtual Industry Day was held, and questions from industry have been addressed. Proposals are due December 8, 2026, at 03:00 PM Local Time.

Opportunity Overview

This acquisition aims to secure comprehensive supply and supply chain management support for various tires, rubber treads, and other consumable rubber tire and track components. The selected contractor will serve as the GTP 2.0 Integrator, responsible for demand planning, forecasting, purchasing, order processing, fulfillment, supplier management, financial management, item management, quality control, retread and disposal management, distribution, transportation, packaging, customs clearance, obsolescence management, and customer support. The effort is structured into three phases: Transition and Implementation, Execution, and Contract Exit.

Key Details & Clarifications

  • Contract Type: Firm Fixed Price (FFP) Requirements Contract.
  • Period of Performance: Up to 10 years, including a 4-month implementation period, a 5-year base period, and multiple option periods.
  • Estimated Value: The overall 10-year program value, including tires and integrator fees, is approximately $3 billion.
  • Award Scope: This acquisition will result in a single award.
  • Pricing: The contract will be firm fixed price with no Economic Price Adjustment (EPA). Transportation costs must be included in the proposal fee, as no fuel or freight escalation mechanisms are included.
  • Inventory & Logistics: There is no guaranteed minimum purchase quantity or value. Contractors must maintain sufficient stock to fulfill delivery orders. Disposition guidance for excess/obsolete inventory is provided in the PWS. FOB terms are Destination for CONUS/OCONUS orders and Origin for FMS orders.
  • Payment Terms: Fast Payment is available for CONUS orders < $10,000 and OCONUS orders < $35,000; otherwise, payment is within 30 days.
  • EDI Capability: Companies must prove EDI capability with DLA by the RFP closing date.
  • CUI Marking: All pages and electronic files submitted in proposals must be handled as Controlled Unclassified Information (CUI).
  • Page Limits: Executive summaries are limited to four pages per volume, and the Past Performance volume allows for 25 pages (5 per FACTS sheet).

Submission & Evaluation

Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE). The Government intends to award without negotiations. Evaluation will be based on four factors: Past Performance, Price, Technical (Management & Operations, Transition & Implementation, Resource Availability/Financing), and Small Business Participation.

Set-Aside & NAICS

The solicitation is identified as Unrestricted, with specific set-aside categories listed as potential considerations (e.g., Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, Women-Owned Small Business). The NAICS Code is 493190 (Other Warehousing and Storage) with a size standard of $36.5 million.

Important Dates

  • Draft RFP Questions Due: March 9, 2026 (for initial review)
  • Virtual Industry Day: March 25, 2026 (held)
  • Additional Questions for Industry Day Due: March 28, 2026
  • Proposal Due Date: December 8, 2026, at 03:00 PM Local Time.

Contact Information

For access to the draft RFP attachments, email the Contracting Officer, Chuck Mielke (charles.mielkeii@dla.mil). Phone: 419-345-2481.

People

Points of Contact

Files

Files

Download
Download
Download
Download

Versions

Version 5Viewing
Special Notice
Posted: Mar 25, 2026
Version 4
Special Notice
Posted: Mar 24, 2026
View
Version 3
Special Notice
Posted: Mar 17, 2026
View
Version 2
Special Notice
Posted: Mar 4, 2026
View
Version 1
Special Notice
Posted: Feb 26, 2026
View