Fresh Milk & Dairy Products support for DLA Troop Support to military customers in the North Carolina Zone.
ID: SPE300-25-R-0049Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA TROOP SUPPORTPHILADELPHIA, PA, 19111-5096, USA

NAICS

Fluid Milk Manufacturing (311511)

PSC

DAIRY FOODS AND EGGS (8910)
Timeline
    Description

    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for an indefinite quantity contract to supply fresh milk and dairy products to military customers in the North Carolina Zone, specifically for Fort Bragg and Camp Lejeune. The contract, identified as SPE300-25-R-0049, will span three years, divided into two pricing tiers, with a focus on sourcing, purchasing, storing, and delivering high-quality dairy products while adhering to stringent sanitation regulations and logistics capabilities. This procurement is vital for ensuring the nutritional needs of military personnel are met efficiently, with a minimum fill rate of 97% required for successful contractors. Interested vendors must submit their proposals by the specified deadline and can contact Joshua Weber at joshua.weber@dla.mil or Amy Paradis at amy.paradis@dla.mil for further information.

    Files
    Title
    Posted
    This document is an amendment to a solicitation for contract SPE30025R0049, issued by the DLA Troop Support Directorate of Subsistence. The amendment includes the replacement of "Attachment 1 - Schedule of Items" with a revised version while keeping the solicitation closing date unchanged. It underscores that all other terms and conditions of the solicitation are preserved and remain effective. Contractors are required to acknowledge receipt of this amendment to avoid rejection of their offers. This modification aligns with federal contracting regulations and serves to clarify administrative requirements, ensuring that all participants have access to updated information critical for their submissions. Such amendments are common in government RFP processes to ensure clarity and compliance with changing contractual specifications.
    This document is an amendment to a government solicitation issued by the Defense Logistics Agency (DLA) for contract SPE30025R0049. The amendment includes several key updates: it replaces an earlier attachment with a revised version titled “Attachment 1 – Schedule of Items – Revised 2,” which outlines the items pertinent to the solicitation. Notably, the closing date for the solicitation remains unchanged, despite these updates. The amendment underscores that all other terms and conditions of the initial solicitation remain in effect. Any contractor wishing to acknowledge receipt of this amendment must comply by referencing the solicitation number before the specified deadline, ensuring their offer remains valid. The document evidences standard practices in federal procurement, aiming to maintain clarity and transparency during the bidding process while allowing adjustments to important sections of the contract framework.
    The government file SPE300-25-R-0049 outlines a Request for Proposal (RFP) for supplying fluid milk and other dairy items to military installations at Fort Bragg and Camp Lejeune from July 2025 to July 2028. The RFP categorizes products into three tiers: Fluid Milk, Tier 1 Other Dairy Items (July 2025-2027), and Tier 2 Other Dairy Items (July 2027-2028), detailing specific product descriptions, container sizes, estimated usage, and pricing. Products listed include various types of milk, buttermilk, yogurt, cottage cheese, and ice cream mix, specifying quantities required over the contract periods. Pricing structures are fixed for fluid milk and vary for other dairy tiers, with the document encompassing columns for product codes, wholesale prices, and estimated usage calculations. The purpose of the document is to solicit bids from suppliers for these essential dairy items, ensuring that military personnel and facilities have adequate access to nutritious dairy products while adhering to federal procurement standards. The structured format facilitates easy comparison of supplier offerings, supporting the government's goal to streamline procurement processes and enhance logistical operations for military food services.
    The document outlines a Request for Proposal (RFP) concerning dairy products supply for federal military installations at Ft. Bragg and Camp Lejeune from July 6, 2025, through July 1, 2028. It categorizes items into two tiers: Tier-1 includes fluid milk and various dairy products with specific pricing and estimated usage over periods of 24 to 36 months, while Tier-2 includes other dairy items, available until July 1, 2028. Key products listed include various types of milk (e.g., lactose-free, low-fat), cheese, eggnog, and yogurt, with distinct container sizes and estimated quantities detailed for procurement. Notably, the pricing for fluid milk and the two other dairy tiers is outlined, with fixed pricing options specified for the contracts. The overall structure entails item descriptions, container sizes, estimated usage, pricing, and calculations for subtotals under each product category. This initiative represents the government's commitment to streamline food supply for military operations, ensuring accessibility to essential dairy products, while aligning with federal procurement standards. The proposal seeks to engage suppliers by establishing clear product specifications and pricing models, fostering competitive bidding in the process.
    The document outlines the Request for Proposal (RFP) SPE300-25-R-0049 for the provision of fluid milk and dairy items to be supplied to military installations at Fort Bragg and Camp Lejeune between July 2025 and July 2028. It categorizes the items into two tiers: "Fluid Milk" items and "Other Dairy" items, with specific lists of products such as various types of milk (cholesterol-free, low-fat, lactose-free), buttermilk, eggnog, yogurt, and ice cream mixes. Each product description includes its container size and estimated usage over defined periods, with costs per unit noted. The structure of the document includes detailed listings of items organized by CLINs (Contract Line Item Numbers), pricing, and estimated usage statistics, reflecting a formal approach to soliciting vendors for these goods. This RFP is significant as it aligns with federal procurement processes aimed at supplying essential nutrition to military personnel, ensuring quality, availability, and cost-effectiveness of dairy products within specified timelines.
    The document outlines a comprehensive list of various military and government facilities across North Carolina, detailing their respective customers and associated ordering points. Key entities include multiple branches of the U.S. Armed Forces, such as the Coast Guard, Navy, and Marine Corps, and their designated messhalls and training grounds. The facilities are clustered at significant locations like USCG Station Oak Island, Seymour Johnson AFB, and several Marine Corps bases. Each entry specifies customer names, associated building numbers, and complete address details, which serve logistical planning and service provision for military operations. Overall, the purpose of this document appears to be the organization of service requests and management of supplies and resources for these military installations, potentially in response to federal RFPs or grants aimed at enhancing operational efficiency. The structured format, with clear categories of information, aids in tracking responsibility and resource allocation across these crucial military locations in North Carolina.
    The Market Fresh Item Request Form is a document designed for federal agencies to facilitate the procurement of fresh food items. It outlines specific fields that must be filled out, including the item name and description, vendor packaging details, processing methods, storage requirements (e.g., refrigeration), and nutritional information. Key considerations for submission include product grading, juice content, sweetness level, and any special product features such as lactose-free or convenience options. Additionally, the form prompts users to clarify terms like “light,” which can have multiple interpretations related to nutritional content. Supporting documents, such as nutrition specifications or product labels, are encouraged to accompany the request. This structured format assists government entities in effectively cataloging and sourcing fresh products, ensuring they meet nutritional and quality standards for various applications.
    The document is a comprehensive list of ordering and shipping details for various U.S. military facilities and units in North Carolina, primarily focusing on mess halls, training facilities, and other support services. It includes customer names, addresses, facility identifiers, and contact information relevant to food services and distribution management within military contexts. Key locations noted include Fort Bragg, Cherry Point, Camp Lejeune, and others, along with their respective building numbers and account identifiers. The list serves the operational needs of these military sites, ensuring efficient logistics, supply chain management, and resource allocation related to food and training services. The structure of the document highlights the organization by facility and includes city and state information for precise delivery instructions, underlying the importance of timely and accurate provisioning to support military readiness and performance. Overall, this document is essential for coordinating material orders and meeting the logistical demands of armed forces throughout the region.
    The document outlines the Electronic Data Interchange (EDI) Implementation Guidelines for the Subsistence Total Ordering and Receipt Electronic System (STORES). It details the key processes and standards for EDI communications between the Defense Logistics Agency (DLA) Troop Support and its vendors, focusing on three transaction sets: the 832 Catalog, the 850 Purchase Order, and the 810 Invoice. The guidelines include essential contacts for EDI testing, procedures for catalog transmission and order processing, and requirements for the correct formatting of data to ensure compliance with DLA standards. Vendors must successfully test the transmission of these EDI files before doing business with DLA, providing catalogs weekly by Fridays and ensuring accurate shipment and invoicing processes. The document further emphasizes the importance of adhering to established transmission schedules and resolving any issues promptly to avoid delays in order fulfillment. Overall, this extensive framework serves to streamline supply chain processes for subsistence items within military and federal operations, ensuring an efficient, standardized approach to procurement and logistics.
    The government is conducting market research for a contract to supply fresh milk and dairy products primarily to Department of Defense (DoD) military locations in North Carolina, specifically Fort Bragg and Camp Lejeune. This future solicitation involves a 36-month contract with a maximum value of $4,275,000. Interested vendors must answer specific questions regarding their capability to service these locations, previous experience with the federal government, and registration status with the System for Award Management (SAM) and DLA Internet Bid Board System (DIBBS). The document also requests feedback on logistical feasibility, subcontracting needs, and the capability to meet electronic ordering requirements via the Subsistence Total Order and Receipt Electronic System (STORES). Vendors must be equipped to handle EDI transactions for efficient order processing and payment reconciliation. Responses must be submitted by May 1, 2025, providing the government with insights into potential vendors’ capabilities to appropriately service the military’s dairy needs in the region.
    The document outlines Solicitation SPE300-25-R-0049 for an indefinite quantity contract to supply fresh milk and dairy products to Department of Defense (DoD) customers, specifically within the North Carolina Zone. Key requirements include sourcing, purchasing, storing, and delivering dairy products while ensuring high customer service and product quality standards. The RFP emphasizes the need for qualified contractors possessing logistics capabilities and the ability to meet stringent sanitation regulations, including third-party warehouse audits. The solicitation includes provisions for a three-year contract, divided into two tiers, and evaluates proposals on a Lowest Price Technically Acceptable basis. Contractors must demonstrate compliance with electronic ordering systems, maintain catalog pricing, and address economic price adjustments. Additionally, the document specifies quality and delivery expectations, insisting on a minimum fill rate of 97% and strict adherence to labeling and packaging regulations. Failure to meet these standards can lead to contract termination. The solicitation also confirms adherence to the Buy American Act, ensuring all products are domestically sourced. Overall, it illustrates stringent compliance expectations for contractors delivering dairy supplies under government contracts.
    Similar Opportunities
    Southern Kentucky and Tennessee Surrounding Area
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is soliciting proposals for Prime Vendor support to supply various subsistence items to customers in the Southern Kentucky and Tennessee Surrounding Areas. The procurement aims to establish an Indefinite Delivery Contract for a five-year term, with an estimated total value of $30,884,214.40, and a guaranteed minimum of $3,088,421.40, structured in three pricing tiers. This contract is crucial for ensuring the timely delivery of food supplies to federally funded agencies, with all proposals evaluated based on the Best Value - Lowest Price Technically Acceptable (LPTA) criteria. Interested vendors must submit their proposals by February 9, 2026, and can contact Vance S. Corey at vance.corey@dla.mil or Alana Perillo at ALANA.PERILLO@DLA.MIL for further information.
    SPE30026R0010 - Southern Kentucky and Tennessee and the Surrounding Areas
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for Subsistence Prime Vendor (SPV) support for Southern Kentucky and Tennessee and surrounding areas. The procurement involves the delivery of various subsistence items from the 8900 federal supply group or commercial equivalents, with a requirement for "just in time" delivery starting no later than 120 days post-award. This contract, valued at up to $108 million, will be awarded as a Fixed-Price contract with Economic Price Adjustments, spanning a total of five years divided into three tiers. Interested parties can find the Request for Proposal (RFP) on the DLA BSM DIBBS website, with the solicitation expected to be posted in December 2025. For further inquiries, contact Vance S. Corey or Alana Perillo at the provided emails or phone number.
    Solicitation/Request for Proposal (RFP) for Subsistence Prime Vendor (SPV) Support for Puerto Rico
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for Subsistence Prime Vendor support to serve military and federally funded customers in Puerto Rico. The contract will require a full-line food distributor to supply and deliver a variety of perishable and semi-perishable food items, including chilled products, frozen meats, dairy, fresh produce, and beverages, to various military facilities and operations throughout the region. This procurement is crucial for ensuring the availability of essential food supplies to support military readiness and operations. Interested vendors must submit their proposals via the DLA Internet Bid Boards System (DIBBS) by January 12, 2026, at 3:00 PM Philadelphia Time, with an estimated contract value of $32 million and a maximum potential value of $48 million. For further inquiries, contact Gwen Garcia at gwen.b.garcia@dla.mil or Matthew Ligato at MATTHEW.LIGATO@DLA.MIL.
    SPE30026R0016 - Northern Kentucky , West Virginia, Ohio and Indiana and the Surrounding Areas
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for Subsistence Prime Vendor (SPV) support in Northern Kentucky, West Virginia, Ohio, Indiana, and surrounding areas. The procurement involves the delivery of various subsistence items from the federal supply group, requiring contractors to provide "just in time" delivery and to interface with the Government’s established transaction package. This contract, valued at approximately $106 million, will be awarded on a fixed-price basis with economic price adjustments, spanning a total of five years divided into three tiers. Interested parties can find the Request for Proposal (RFP) SPE300-26-R-0016 on the DLA BSM DIBBS website, with the solicitation expected to be posted in December 2025. For further inquiries, contact Vance S. Corey at vance.corey@dla.mil or LaShawn Taylor at lashawn.taylor@dla.mil.
    UTAH
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for Subsistence Prime Vendor (SPV) support in the Utah region. The procurement aims to secure the delivery of various subsistence items from the 8900 federal supply group or their commercial equivalents, with a requirement for "just in time" delivery beginning no later than 120 days post-award. This contract, valued at a maximum of $38,211,329.99, will span 60 months and consist of three pricing tiers, with evaluations based on best value lowest price technically accepted criteria. Interested parties can find the Request for Proposal (RFP) under Solicitation Number SPE300-26-R-0004, which is expected to be posted on the DLA BSM DIBBS website in December 2025. For further inquiries, contact Vance S. Corey at vance.corey@dla.mil or Benjamin Dorsey at benjamin.dorsey@dla.mil.
    Request for Proposals (RFP) for Fresh Fruit & Vegetable support for DLA Troop Support's DoD troop and Non-DoD school customers located in San Antonio, TX
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for the supply of fresh fruits and vegetables to DoD and USDA school customers in the San Antonio, Texas area. This procurement aims to establish a five-year Indefinite Quantity Contract (IQC) with a total estimated value of $307.5 million, structured into one 24-month tier and two 18-month tiers, specifically set aside for small businesses under NAICS code 311991. The goods are essential for supporting troop and school meal programs, ensuring the provision of high-quality produce to meet nutritional standards. Interested vendors must possess a valid Perishable Agricultural Commodities Act (PACA) license and a USDA Harmonized GAP Plus+ Standard audit, with proposals due by January 7, 2026. For further inquiries, contact Tiffanie Barthelemy at tiffanie.barthelemy@dla.mil or Amy Paradis at amy.paradis@dla.mil.
    Pre Solicitation Synopsis for SPE300-26-R-0008 Kansas, Nebraska, Iowa, Northern Missouri and Surrounding Region
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is preparing to solicit proposals for Prime Vendor support in the Kansas, Nebraska, Iowa, Northern Missouri, and surrounding regions. This procurement aims to provide various subsistence items from the 8900 Federal Catalog or their commercial equivalents to military customers, including Fort Riley, Fort Leavenworth, and Whiteman AFB, among others. The total estimated value of the contract is $57,798,224, with a performance period of 60 months divided into two pricing tiers: a 36-month initial term followed by a 24-month extension. Interested vendors must be capable of interfacing with the Government’s transaction systems and supporting Electronic Data Interchange (EDI) transactions. Proposals will be evaluated based on Low Price Technically Acceptable criteria, and the Request for Proposal (RFP) is expected to be posted on the DLA DIBBS website in late December 2025. For further inquiries, interested parties may contact Noreen Killian at Noreen.Killian@dla.mil or Kevin White at kevin.w.white@dla.mil.
    FF&V Produce Support for Troops and Schools in West Virginia
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking feedback from vendors regarding the provision of Full Line Fresh Fruits and Vegetables (FF&V) to support Department of Defense troops and USDA school customers in West Virginia. The agency aims to establish indefinite quantity contracts to supply USDA Grade Number 1 or better quality produce, including fresh fruits, vegetables, and potentially shell eggs, with specific quality requirements outlined in the attached schedule. This procurement is significant as it ensures the availability of high-quality food products for military personnel and educational institutions, with an estimated contract value exceeding $5 million for a 24-month base period and nearly $39 million over five years. Interested vendors are encouraged to respond to the Market Research Survey by December 31, 2025, at 3:00 PM EST, and may direct inquiries to Kasey McConnell-Rosinski or Paul Le via the provided email addresses.
    Pre-Solicitation - Phoenix Arizona Region
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is preparing to solicit Prime Vendor support for subsistence items in the Phoenix, Arizona region, which will serve various federal customers including Ft. Huachuca and Luke AFB. The procurement involves supplying various quantities of items from the 8900 Federal Catalog or their commercial equivalents, with a total estimated value of $44,217,125 over a 60-month period, divided into two pricing tiers. This opportunity is crucial for ensuring timely delivery of essential subsistence items on a "just in time" basis, and the contract will be awarded based on Low Price Technically Acceptable evaluation criteria. Interested vendors can expect the Request for Proposal (RFP) to be posted on the DLA's DIBBS website in late December 2025, and they may contact Noreen Killian at Noreen.Killian@dla.mil or Daniel Monteiro at daniel.monteiro@dla.mil for further information.
    Request for Information (RFI) for Fresh Bread & Bakery Products support for DLA Troop Support to military customers in the Georgia Zone
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking information from suppliers regarding the provision of fresh bread and bakery products for military customers in the Georgia Zone, specifically Fort Benning, Fort Gordon, and Fort Stewart. The agency aims to establish indefinite quantity contracts to supply fresh bakery items, adhering to strict freshness requirements and commercial standards for temperature control. This procurement is crucial for supporting the dietary needs of military personnel, with a maximum contract value of $21,375,000 over a proposed ordering period from April 5, 2026, to April 7, 2029. Interested vendors must respond to the attached market research questionnaire by January 14, 2026, and can direct inquiries to Jillian Blaney at jillian.blaney@dla.mil or Ronald Booth at ronald.booth@dla.mil.