ATG GLOBAL Engineering Services

Project ID: SP470626R0001 FederalOpportunitiesSolicitation
Overview
AgencyDLA Energy
Deadline05/07/26
Posted03/23/26
Estimated ValueNot Provided
Set AsideNone
NAICS811210 - Electronic and Precision Equipment Repair and Maintenance
PSCJ091 - Maint/Repair/Rebuild Of Equipment- Fuels, Lubricants, Oils, And Waxes
LocationColumbus, OH 43213 United States
Description
Primary Latest Change

ATG GLOBAL SAM Posting Description

The attached Request for Proposal (RFP), SP4706-26-R-0001 IDIQ and Task Order SP470626R0002 and its associated attachments, is for the EAOTS ATG/IAS/OPE requirement that was previously synopsized on this site on 12 FEB 2026 through 03 MAR 2026. This acquisition is for services supporting the maintenance and sustainment of the installed EAOTS ATG/IAS/OPE equipment located at multiple places of performance worldwide. This will include providing all personnel, equipment, materials, maintenance program management, and services to perform the maintenance for the EAOTS ATG/IAS/OPE systems and implementing equipment installation at these sites as described in the Performance Work Statement (PWS) for Task Order SP470626R0002. The Government anticipates award of a five (5) year Firm-Fixed Price Basic IDIQ contract and a one year base and four (4) option year Firm Fixed Price with one cost-type CLIN Task Order that will consist of: Transition In, Admin Support & Program Management (ASPM), Preventive Maintenance (PM), Technical Support (TS), Corrective Maintenance (CM) & Repair, Site Support (SS), and Transition Out contract line items as a result of this solicitation. All Offerors will need to provide the Contracting Officer, Mr. Shaun Bunnell, and the Contract Specialist, Ms. Elizabeth Hanlon, with an email stating they are an interested party and would like additional information regarding the PWS attachments for this requirement, to Elizabeth.Hanlon@dla.mil. In the email the following information is required: full company name, Cage Code, and Government contracts POC. Each Offeror will be verified through the System of Award Management (SAM) as an active contractor eligible to receive Government contracts along with verification the company is not on the Excluded Parties Listing. After both items are verified and the company is determined to be in good standing, PWS, the PWS attachments will be provided. A virtual pre-proposal conference will be planned the week of April 12, 2026, for all interested, viable Offerors that plan to submit a proposal in response to this RFP; date to be determined. All Offerors must first be vetted by the Contracting Officer, Mr. Shaun Bunnell and Contract Specialist Elizabeth Hanlon if you are interested in attending this meeting please provide the contact information of the individuals you would like to attend (maximum 3), along with your full company name, Cage Code, and Government contracts POC to Ms. Elizabeth Hanlon and via email at Elizabeth.Hanlon@dla.mil and shaun.bunnell@dla.mil, by April 8, 3:00 pm. Disclaimer: DLA will not be responsible for or pay any costs incurred in response to this posting.

Summary (Newest Update)

Background The Defense Logistics Agency (DLA) is issuing this Request for Proposal (RFP), SP4706-26-R-0001, for the Energy Automation Operational Technology Sustainment (EAOTS) Automatic Tank Gauging (ATG), Independent Alarm Systems (IAS), and Overfill Protection Equipment (OPE) requirement. This acquisition aims to provide maintenance and sustainment services for installed EAOTS ATG/IAS/OPE equipment located at various sites worldwide. The contract is anticipated to be a five-year Firm-Fixed Price Basic Indefinite Delivery Indefinite Quantity (IDIQ) contract with a one-year base and four option years, focusing on comprehensive support for the ATG/IAS/OPE systems critical to DLA Energy operations. Work Details The contractor will be responsible for: 1. Providing all personnel, equipment, materials, and management necessary for the maintenance of EAOTS ATG/IAS/OPE systems. 2. Implementing equipment installation as specified in the Performance Work Statement (PWS). 3. Delivering services including Transition In, Administrative Support & Program Management (ASPM), Preventive Maintenance (PM), Technical Support (TS), Corrective Maintenance (CM) & Repair, Site Support (SS), and Transition Out. 4. Ensuring compliance with applicable codes and regulations while maintaining operational readiness of ATG/IAS/OPE solutions deployed globally at Defense Fuel Support Points (DFSPs). 5. Conducting preventive maintenance to maximize equipment uptime and extend asset lifespan, aiming for greater than 95% uptime. 6. Providing necessary software and documentation to support maintenance activities. Place of Performance Services will be performed at multiple locations worldwide, including both Contiguous United States (CONUS) and Outside the Contiguous United States (OCONUS).

Contacts
Contact nameElizabeth Hanlon
Contact emailelizabeth.hanlon@dla.mil
Contact phone(614) 693-9915
Secondary contact nameShaun Bunnell
Secondary contact emailshaun.bunnell@dla.mil
Secondary contact phone(614) 693-2603
Same Region Opportunities