Opportunity

SAM #SPE8E625R0003

DLA Solicitation for Expeditionary Barrier System (EBS) Units

Buyer

DLA Troop Support

Posted

May 06, 2026

Respond By

May 14, 2026

Identifier

SPE8E625R0003

NAICS

332999, 339999, 423390

The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the supply of Expeditionary Barrier System (EBS) units for force protection and rapid barrier construction. - Government Buyer: - Defense Logistics Agency (DLA) Troop Support, Construction & Equipment (Class IV), Philadelphia, PA - Products/Services Requested: - Expeditionary Barrier System (EBS) units in 18 NSNs, covering multiple types and two color classes (Beige/Sand - Class B, Green - Class G) - Main EBS types include: Type 1 through Type 10, each with specific part numbers and quantities (e.g., 5450-01-618-0992, 3610 units; 5450-01-618-1038, 7189 units) - Components: welded wire mesh panels, geotextile fabric liners, connecting pins, hog rings - All EBS units must comply with MIL-DTL-32488 specification - All fabric components must be produced in the United States - First Article Test (FAT) samples required for each NSN (six per NSN, both color classes) - Government inspection and acceptance at CONUS origin points; FAT and testing at U.S. Army Research and Development Center, Vicksburg, MS - Packaging per MIL-STD-147 and MIL-STD-129, with specific pallet sizes and labeling - All EBS sizes must be priced the same regardless of color - Unique/Notable Requirements: - Berry Amendment and Trade Agreements Act compliance - Use of DLA's Vendor Shipment Module (VSM) for shipping - Proposals must be all-or-none for each CLIN - Unrestricted competition with Hubzone preference - Contract is Fixed-Price, Indefinite-Delivery, Indefinite-Quantity (IDIQ) with a two-year base and three one-year options - OEMs and Vendors: - No specific OEMs named; EBS must be manufactured to MIL-DTL-32488 - Notable commercial OEMs in this space include HESCO Bastion Ltd. and Betafence NV - Services: - Government First Article Testing (FAT) for all NSNs, including burn propagation and structural load tests

Description

The Request for Proposal (RFP) was originally posted to DIBBS on April 13, 2026, and has been available there since then at the following link: https://www.dibbs.bsm.dla.mil/Rfp/RfpRec.aspx?sn=SPE8E625R0003

*** Please submit the entire solicitation document (and all subsequent amendments) with your proposal by the solicitation closing date. Offers must be submitted on an “all or none” basis for each CLIN that an offer is submitted for. Failure to offer on “all or none” will result in rejection of the entire proposal.

The RFP will remain open until May 14, 2026.

Caution Notice It is the responsibility of all those submitting offers in reply to this Request for Proposal (RFP) to read, understand, and comply with the terms, conditions, and restrictions of this solicitation. The Points of Contact for this Request For Proposal are as follows: Ashley Brown, Acquisition Specialist, (215) 737-4848, Ashley.N.Brown@dla.mil Matthew Eckenrode, Contracting Officer, (445) 737-2546, Matthew.Eckenrode@dla.mil All questions and requests for clarification regarding this solicitation must be submitted to the Contracting Officer by no later than 3:00 p.m. EST on May 14, 2026. Questions received after that date and time will not be answered. Those questions submitted prior to that date and time will be answered to the extent practicable by amendment to the solicitation thereafter. The Government is issuing an Unrestricted Solicitation with a Hubzone Preference for the proposed acquisition of the Expeditionary Barrier System (EBS). FAR Part 15, Contracting by Negotiation procedures will be utilized. The proposed acquisition is for 18 items. The Government intends to issue at least two (2) awards but a maximum of three (3) awards, with post-award competition of delivery order requirements; however, the Government reserves the right to make a single award if it is in the best interest of the Government. The resultant contract(s) will be Fixed-Price, Indefinite-Delivery, Indefinite-Quantity (IDIQ) Long Term Contract(s) (LTC) for Direct Vendor Delivery (DVD) and DLA Direct requirements. Successful offerors are required to have and maintain at least one CONUS origin delivery point for delivery of supplies throughout the entire term of the resultant contract(s). The contract(s) will consist of a base ordering period of two (2) years, with three (3) one-year option periods. Orders for CONUS depots, CONUS customers, for SOCOM, NORTHCOM, or INDOPACOM will be inspected at a CONUS origin point. Transportation from CONUS origin points will utilize VSM for transportation, delivery@dla.mil. Orders for DLA Distribution Europe, of OCONUS customer in EUCOM, CENTCOM, or AFRICOM will be inspected at OCONUS or CONUS origin point. OCONUS origin points will book transportation through DCMA utilizing VSM.shipments@dcma.mil. The FSC for ALL NSNs is 5450. Disregard any reference to FSC 5670. The solicitation sets forth instructions to the offeror and evaluation factors for award. Proposals will be evaluated according to Lowest Price Technically Acceptable (LPTA) source selection procedures. The Government will make award(s) to the responsible offeror(s), offering the lowest price(s), whose offer(s) conforms to all of the terms and conditions set forth in this solicitation. Instructions for the entire proposal package to offerors is provided in this section, including the full requirement for Government FAT. Compliance with Solicitation Requirements (Technical) Compliance with solicitation requirements will be defined as an offer that meets the requirements of the solicitation and takes no exception to its terms and conditions. Proposals being evaluated against this requirement will receive a rating of acceptable/unacceptable: Acceptable: Proposal meets the minimum requirements of the solicitation as specified in the caution notice section of the solicitation. Unacceptable: Proposal does not meet the minimum requirements of the solicitation as specified in the caution notice section of the solicitation. Past Performance Requirements The past performance evaluation is an assessment of the offeror’s probability of meeting the solicitation requirements. Each offeror will be assigned one overall past performance rating of Acceptable or Unacceptable based on the chart below. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305(a)(2)(iv)). Therefore, the offeror shall be determined to have unknown or neutral past performance. In the context of acceptability/unacceptability, “unknown” shall be considered “acceptable.” Acceptable: Based on the offeror’s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror’s performance record is unknown. Unacceptable: Based on the offeror’s performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. If multiple awards are made, each delivery order will be competed amongst the multiple awardees to the extent that they have passed the FAT in accordance with MIL DTL 32488 and are not subject to quality investigations resulting from Supply Discrepancy Reports (SDRs) and/or Product Quality Deficiency Reports (PQDRs) as a result of performance under this contract. The evaluation factors for the competed delivery orders will be price and delivery. The lowest-priced response to each delivery order e-mail will receive the subsequent delivery order. Offers will be considered on an all or none basis and will be using Lowest-Priced Technically Acceptable Best Value Procedures. Please ensure that pricing is provided for all CLINs to be considered for an award. Offerors must submit ceiling prices for the base period and each option period for each NSN as identified in the solicitation in Section B. Offers that fail to provide pricing for one or more items may be rejected as non-responsive and/or technically unacceptable for award. Prices submitted by the offeror and accepted by the Government will become fixed ceiling prices for the applicable NSN and contract period upon award. This means that these prices will constitute a NOT TO EXCEED ceiling price for the base period and each option period, if exercised. When competing for delivery orders, if multiple awards are made, the contractor may quote a price that is below its ceiling price but may not quote a price that exceeds its ceiling price. The resultant contracts will have a guaranteed minimum of $1,410,000.00 (10% of the Annual Estimated Quantity – AEQ) per contract and a maximum of $500,000,000.00 which is a shared maximum for all resulting contracts awarded. The estimated annual contract value is $25,000,000.00. All negotiated pricing will be fixed price. The lowest-priced offers submitted for each CLIN will be the only proposals considered for awards of those CLINs provided their proposals are technically acceptable, the proposed price(s) can be determined fair and reasonable, and the vendors can be determined responsible. Pricing: proposed unit ceiling prices shall be annotated in the schedule of supplies of this solicitation. Note that the (AEQ) Annual Estimated Quantity is provided as information only. The quantity represented is the annual estimated quantity and is not a fixed quantity. It represents no guarantee of future purchase quantities. Offerors must submit unit ceiling pricing for all four pricing periods (two-year base period and three, one-year option periods) for all CLINs. Each offeror’s price proposal will be evaluated for price reasonableness. All EBS sizes should be priced the same regardless of color. EBS 1B (beige/sand color) and EBS 1G (green color) should be priced the same per unit. Pricing that is not the same for each color will not be accepted and the proposal will be deemed technically unacceptable. Certified cost and pricing data is not required at this time; however, the offeror may be required to submit certified cost and pricing data or data other than certified cost or pricing data during discussions, if held, to the extent deemed necessary by the Contracting Officer. The award(s) will be based on the lowest evaluated price proposal meeting or exceeding the acceptability standards for non-price factors that will be most advantageous to the Government. The non-price evaluation factors will be technical acceptability and past performance. Technical acceptability is defined as the ability to meet all technical specifications and meet all other terms and conditions of this solicitation. The Government will review and consider past performance including but not limited to performance on contracts of similar scope and complexity and performance data obtained in the Supplier Performance Risk System (SPRS) and the Contractor Performance Assessment Reporting System (CPARS). Past performance will be evaluated in accordance with Revolutionary FAR Overhaul (RFO) 15.202(c). The awards will be made based on the lowest evaluated price of the proposal meeting or exceeding the acceptability standards for non-cost factors. Fair and reasonable prices are expected, as this is a competitive solicitation. The lowest priced, technically acceptable source selection process is appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. The contract(s) will be awarded to the vendor(s) who provide the lowest fair and reasonable price, that meets all the terms and conditions in the solicitation, and can be determined responsible in accordance with FAR 9.104 and FAR 9.105. *** Please be advised that all 'fill-in' clause(s) must be completed. Failure to complete these clauses may render your proposal technically unacceptable *** Price evaluation: all offered prices will be evaluated against the requirements of the solicitation. The offered pricing will be calculated by multiplying the unit price, (F.O.B. Origin), for each CLIN by the corresponding Annual Estimated Quantity (AEQ) to arrive at the total offered price. The sum of the five (5) total amounts of evaluated prices will calculate the total evaluated proposed price for these contracts. Offerors are required to complete and return the solicitation and take no exception to the requirements of the solicitation. The Annual Estimated Quantity (AEQ) listed in the solicitation is only an estimate based on data available to the Government at the time of issuance. The AEQ represents the Government’s good faith estimate of the annual demand for the item. The AEQ is for informational purposes only, and the Government is in no way obligated to purchase this quantity. When offering pricing, offerors must take into account any business risk associated with this estimate. The award decision factors include: price, delivery, and past performance on previous orders.

NSN                             Nomenclature                 U/I                     Annual Estimated Quantity(AEQ)

5450-01-618-0992          EBS 1B                          EA                     3,610

5450-01-618-1018          EBS 1G                          EA                   21

5450-01-618-1038          EBS 2B                          EA                   7,189

5450-01-618-1041          EBS 2G                         EA                   1

5450-01-618-1046          EBS 3B                          EA                   712

5450-01-618-1054          EBS 3G                          EA                   10

5450-01-618-1064          EBS 4B                          EA                   3,305

5450-01-618-1069          EBS 4G                          EA                   1

5450-01-618-1074          EBS 5B                           EA                   3,536

5450-01-618-1101          EBS 5G                           EA                   57

5450-01-618-1105          EBS 7B                          EA                   3,200

5450-01-618-1117          EBS 7G                          EA                   6

5450-01-618-1129          EBS 8B                          EA                   724

5450-01-617-7651          EBS 8G                          EA                   1

5450-01-618-1134          EBS 9B                           EA                   463

5450-01-618-1137          EBS 9G                          EA                   20

5450-01-618-1141          EBS 10B                           EA                   606

5450-01-618-1143          EBS 10G                           EA                   15

18. In addition to those items specified in the award, the scope includes any other items affiliated with the family of Expeditionary Barrier System (EBS) units. National Stock Numbers (NSNs) within the scope may be added to this initiative or any resultant contract at a later date in accordance with DLA Directive Procurement Note L27 - Addition and Deletion of Items (AUG 2017).

19. Offerors must submit Government First Article Test (FAT) pricing on each NSN, regardless of whether or not they are approved to manufacture EBS at the time of their proposal submission. A pricing spreadsheet for Production and FAT CLINs is included in the RFP as Attachment A to assist vendors in keeping their pricing streamlined and in one location. FAT pricing is entered in the last column. The proposed unit price for the FAT will be multiplied by the FAT sample quantity to calculate the Total Evaluated FAT Price. The total evaluated price for all line items will be added to the total FAT price offered to arrive at the total evaluated contract price. Government First Article Test (FAT) samples shall be submitted in accordance with MTL-DTL-32488 (attached to this solicitation - pay special attention to sections 4.5.2 and 6.4 noted below. For CLINs 0001 through 0018, each NSN requires 6 (six) samples as noted below:

4.5.2 First Article Test Samples. The contractor shall provide to the Government, three Type 1 and three Type 7 barriers to perform the burn propagation (paragraph 4.5.5) and small scale structural load (paragraph 4.5.6) tests. Samples must include at least one Class B (beige/sand) and one Class G (green) barrier for visual color confirmation. See paragraph 6.4 for test laboratory address.

6.4 First article test laboratory. First article test samples should be sent to:

U.S. Army Research and Development Center

CEERD-GS-V

3909 Halls Ferry Road

Vicksburg, MS 39180

20. The Berry Amendment and Trade Agreements Act clauses apply. See DFARS 252.225-7012, Preference for Certain Domestic Commodities (DEC 2017), and DFARS 252.225-7021, Trade Agreements – Basic (DEC 2017), below. Furthermore, this means that all fabric components of the end products must be produced in the United States. All awardees’ manufacturing facilities shall be accessible to the Government for Inspection and Acceptance.

21. All awardees manufacturing facilities shall be accessible to the Government for Inspection and Acceptance.

22. DFARS 252.247-7023 - Transportation of Supplies by Sea applies to this requirement.

23. Inspection and acceptance will be at origin. Offerors manufacturing and inspection location must be accessible by Defense Contract Management Agency (DCMA) for physical inspection will be at the CONUS site. Virtual inspection is not acceptable. Alternate manufacturing/inspection and acceptance sites must also be accessible and approved by DCMA prior to being approved by the Contracting Officer.

24. F.O.B. Origin pricing is required for all orders.

25. MIL STD 129 labels/tags are required for each Unit of Issue.

26. Failure to fully comply with the required packaging & labeling provisions may result in payment delays or rejection of delivered material.

27. The Defense Logistics Agency’s (DLA’s) Vendor Shipment Module (VSM) will make the transportation arrangements. Utilization of VSM by the Contractor is mandatory. For more information about VSM, contact the supply chain transportation office helpdesk at (800) 456-5507 or via email to delivery@dla.mil. To register as a VSM user, please visit https://vsm.distribution.dla.mil.

28. Variation in Quantity of +0%, -0% will be applicable for all orders.

29. It is the offeror’s responsibility to ensure that its offer reaches the correct Government office designated in the solicitation, prior to the specified time.

30. Proposals will only be accepted via e-mail to the points of contact listed. In paragraph two and thirty-seven of this Caution Notice.

31. The Government reserves the right to cancel this solicitation at any point in time. If this should occur, the Government will not be liable for an offeror’s proposal preparation costs or any other costs associated with the offeror’s anticipated responses to this solicitation.

31a. Individual delivery orders under the resultant contracts will be competed amongst the awardees. A Request for Quote (RFQ) will be issued via email, and awardees will be given 48 hours to respond. In the event of a non-response, the awardee’s ceiling price will be accepted as the offered unit price. All quotes will be evaluated in accordance with the evaluation criteria provided in the RFQ. Each delivery order will be competed amongst the multiple awardees to the extent that they have passed the required testing in accordance with MIL DTL 32488. The evaluation factors for the competed delivery orders will be price and delivery. The lowest-priced response to each delivery order e-mail will receive the subsequent delivery order. The Government reserves the right to direct orders to one or more particular awardees at any time, for any of the reasons set forth at FAR 16.505(b)(2)(i)(A), such as where required to fulfill the guaranteed minimum, or in instances of urgency.

31b. Any awardee that is subject to quality investigations resulting from Supply Discrepancy Reports (SDRs) and/or Product Quality Deficiency Reports (PQDRs) may not be eligible to receive delivery orders until such investigations are resolved. Additionally, the Government reserves the right to continue maintaining coverage for all items listed in the solicitation pending investigation and testing of any awardee’s products for quality, following receipt of a Product Quality Deficiency Report (“PQDR”) from any end user of the items. During periods of investigation and testing of any awardee’s products after receipt of a PQDR, orders for the affected items will be placed only as necessary to satisfy the Government’s immediate backorders and fulfill urgent requirements. Orders placed during investigation and testing periods after receipt of a PQDR will be competed among approved awardees whose products are not subject to PQDR investigations. If, at any time, there is only one awardee whose products are not subject to pending investigations, orders will be directed to that awardee pending completion of the necessary testing and/or investigation into the remaining awardee(s)’ products.

32. SEE ATTACHED FILES TO THIS SOLICITATION FOR ALLOWABLE TECHNICAL EXCEPTIONS AND SPECIFICATION MODIFICATIONS DETAIL SPECIFICATION FOR EXPEDITIONARY BARRIER SYSTEM, MIL-DTL-32488.

33. The NSNs subject to this solicitation are not currently subject to Surge and Sustainment requirements but may become subject to Surge and Sustainment requirements prior to award or during the period of performance of the resultant contract(s). A Surge and Sustainment Plan/Capability Assessment Plan is not required at this time. However, in the event that any of the NSNs currently solicited becomes subject to Surge and Sustainment requirements or if NSNs subject to Surge and Sustainment requirements are subsequently added to the resultant contracts, the offerors and/or awardees may be required to submit Surge and Sustainment Plans/Capability Assessment Plans, which shall be provided at no additional cost to the Government.

34. To be a qualifying offeror, contractors must be registered: VSM, SAM, and DIBBS.

35. Proposals must include the following information:

1. Name of company and CAGE code. 2. If quoting as manufacturer or dealer. If quoting as a dealer, provide actual manufacturer’s name, CAGE, and address. 3. Phone number. 4. Point(s) of contact. 5. E-mail address

36. *** Please submit the entire solicitation document with your proposal by the solicitation closing date. Offers must be submitted on an “all or none” basis for each CLIN that an offer is submitted for. Failure to offer on “all or none” will result in rejection of the entire proposal.***

37. Proposals must be submitted to: Ashley Brown - Contracting Specialist at Ashley.N.Brown@dla.mil and Matthew Eckenrode – Contracting Officer at Matthew.Eckenrode@dla.mil. It is the offeror's responsibility to ensure that offers reach the Government designated points of contact in the solicitation by the time and date specified for receipt of proposals.

View original listing