Full Line Food and Beverage Support for DLA customers in the states of Missouri and Illinois and Surrounding areas
ID: SPE30025R0001Type: Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Food Manufacturing (311999)

PSC

MISCELLANEOUS ITEMS (9999)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for a Full Line Food and Beverage Support contract aimed at servicing DoD and Non-DoD customers in Missouri, Illinois, and surrounding areas. This procurement involves a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, structured in three tiers, with the first tier commencing with a 24-month implementation period following the award. The contract is critical for ensuring the provision of high-quality food and beverage supplies, adhering to USDA standards and DoD Menu Standards, to meet the nutritional needs of military personnel and associated entities. Interested vendors should note that the estimated contract value is approximately $154 million, with a guaranteed minimum of $15.4 million, and proposals are due by November 25, 2025, at 3:00 PM Philadelphia time. For further inquiries, potential offerors can contact Neil-Michael Chiaradio at neil.michael.chiaradio@dla.mil or Dakota Donnelly at Dakota.donnelly@dla.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, Solicitation #: SPE30025R001, for the Missouri & Illinois Region, details a comprehensive list of food items, primarily meats, seafood, and pantry staples, along with their specific service requirements. The document outlines grade, portion size, packaging, marking, and miscellaneous requirements for a wide array of products, from beef and chicken to various frozen vegetables, cereals, and dairy alternatives. Key specifications include USDA grades, NAMI standards, acceptable lean percentages, sodium limits, and packaging preferences like IQF and vacuum sealing. The file also references military (USA, USN, USAF, USMC) and DoD menu standards for several items, emphasizing nutritional content (fiber, fat, protein) and the avoidance of MSG. This detailed procurement list ensures product quality, consistency, and compliance with federal food safety and dietary guidelines for government provisions.
    This government file, Solicitation #: SPE30025R001 for the Missouri & Illinois Region, details a comprehensive list of food items and their corresponding service requirements. The document outlines specific NAMI/IMPS numbers, grade requirements (e.g., USDA Select, Choice, or Grade A), portion sizes, packaging and marking instructions, and miscellaneous requirements for a wide array of meat, poultry, seafood, produce, and other grocery products. Key nutritional information such as sodium, fat, and protein content is often specified. The file also includes guidelines for items like cereals, oils, and beverages, emphasizing adherence to USDA standards, Good Commercial Practices, and DoD Menu Standards, particularly regarding healthy options and the avoidance of MSG. This extensive catalog serves as a procurement guide, ensuring quality, safety, and nutritional compliance for food supplies within the specified region.
    The document is a solicitation (SPE30025R001) for food products in Missouri and Illinois, detailing a wide array of provisions across various categories like beef, poultry, pork, seafood, fruits, vegetables, baked goods, snacks, dairy, and spices. It outlines specific service requirements for each item, including NAMI/IMPS names and numbers, grade requirements (e.g., USDA Select, Choice, Grade A), portion sizes, packaging standards (e.g., IQF, vacuum packaging), and miscellaneous requirements such as sodium, fat, and protein content, as well as preparation methods. The solicitation also mentions specific military service requirements (USA, USN, USAF, USMC) and adherence to DoD Menu Standards, particularly regarding MSG avoidance and trans-fat-free products. The Tiers (1, 2, 3) and an Aggregate total 60 months, indicating contract duration or phases. The document is likely for a federal government RFP, focusing on detailed food specifications and compliance with health and packaging regulations.
    The DLA Internet Bid Boards System (DIBBS) provides detailed instructions for vendors submitting proposals electronically for RFPs, IFBs, and other RFQs. The preferred submission method is online upload, requiring offers to be signed and completed in their entirety. Vendors must ensure all associated documents are uploaded before final submission, as data is not saved until the offer is submitted. Crucially, late submissions are not excused due to system unavailability. The system outlines specific requirements for document descriptions (up to 60 characters), file names (up to 60 positions, no spaces, only hyphens and underscores allowed), acceptable file extensions (e.g., .doc, .pdf, .xls), and a maximum file size of 10 MB per file. Vendors can add but not remove submitted documents. The DIBBS portal allows vendors to track their offers, view submitted documents, and submit revisions until the solicitation close date. Offers are viewable until awarded or 180 days after closing.
    This government solicitation, SPE300-25-R-0001, is for a CONUS Prime Vendor to supply food, beverage, and related non-food items to the Missouri and Illinois Regions. Proposals are due by October 31, 2025, at 3:00 P.M. Philadelphia Time, and must be submitted via the DLA Internet Bid Boards System (DIBBS) or email. Offerors need to provide their Unique Entity Identifier (UEI) and Contractor and Government Entity (CAGE) Code. The solicitation emphasizes compliance with business ethics, restrictions on contracting with entities engaging in certain activities relating to Iran, and prohibitions on internal confidentiality agreements that restrict whistleblowing. It also details specific requirements for invoices, payments, and product recalls, and mandates the use of electronic invoicing. The government reserves the right to cancel the solicitation at any time and advises offerors to submit their best offer upfront, as an award may be made without discussions.
    The provided government file is a comprehensive inventory or catalog of food and beverage items, likely for procurement purposes within federal, state, or local government operations. It details various products, including spices (allspice, bay leaves, basil, cinnamon, cumin, dillweed, ginger, marjoram, nutmeg, oregano, paprika, celery seed, black, red, and white pepper, garlic powder), nuts (almonds, peanuts, pecans, mixed nuts), fruits (apples, blueberries, cherries, cranberries, mandarins, peaches, pears, pineapple), vegetables (bean sprouts, beans, beets, broccoli, Brussels sprouts, carrots, cauliflower, corn, greens, lentils, lima, mushrooms, onions, peas, peppers, potatoes, spinach, tomatoes), dairy (butter, buttermilk, various cheeses, cream, half & half, ice cream, milk, sour cream, yogurt), meats (bacon, beef, chicken, ham, pepperoni, pork, salami, sausage, turkey, veal), and bakery items (bagels, biscuits, bread, cakes, cookies, croissants, muffins, pastries, pie crusts, tortillas). The document also lists baking ingredients (baking powder, soda, flour, corn meal, sugar), cereals, condiments (ketchup, mustard, mayonnaise, horseradish, pickles), dressings, drinks (coffee, cocoa, juice, drink mixes, cappuccino, beverage bases), and other miscellaneous items like gelatin, granola bars, crackers, and meal kits. Each item includes a stock number, description, and unit of measure (UoM). This extensive list suggests a detailed requirement for food service or supply chain management within a governmental agency.
    DoD Instruction 2000.16, issued October 2, 2006, reissues and updates the Department of Defense's Antiterrorism (AT) Standards. It establishes policies, responsibilities, and standards for protecting DoD personnel, their families, installations, and resources from terrorist acts, including those involving chemical, biological, radiological, nuclear, and high explosive (CBRNE) weapons. The instruction outlines minimum AT program elements: risk management, planning, training and exercises, resource application, and comprehensive program review. It details requirements for intelligence support, threat and vulnerability assessments, AT plans, program coordination, and the roles of Antiterrorism Officers (ATO), Working Groups (ATWG), Threat Working Groups (TWG), and Executive Committees (ATEC). The document also sets standards for physical security measures, Random Antiterrorism Measures (RAM), off-installation activities, high-risk personnel protection, construction considerations, logistics, critical asset security, terrorism incident response, consequence management, and Force Protection Condition (FPCON) implementation. It emphasizes a holistic, multi-layered security approach, integrating various elements to deter, mitigate, and respond to terrorist threats across all DoD Components worldwide.
    This document outlines the Electronic Data Interchange (EDI) Implementation Guidelines for the Subsistence Total Ordering and Receipt Electronic System (STORES), updated in September 2017. It details the processes and transaction sets for vendors interacting with DLA Troop Support for federal government food procurement. The guidelines cover general information, including DLA Troop Support EDI contacts and the testing process for 832 (Catalog), 850 (Purchase Order), and 810 (Invoice) transaction sets. It also specifies production procedures, such as transmission schedules and problem recovery. The core of the document provides detailed EDI guidelines for each transaction set, specifying mandatory, conditional, and optional elements, their definitions, and accepted values. This ensures accurate and efficient electronic exchange of catalog data, purchase orders, and invoices between vendors and STORES.
    The "STORES Role Request Process for Customers and Vendors" document outlines the steps for external users to gain access to the STORES system via the Account Management and Provisioning System (AMPS). Users must first register for an AMPS account, which involves creating a login and password, agreeing to privacy statements and rules of use, and setting security questions. After account creation, users log in to AMPS to request a specific STORES role, typically based on their geographic area of responsibility as a customer or vendor. This request includes providing a justification and supervisor contact information. Once submitted, a DLA Representative reviews and approves the request, after which STORES security administrators are notified. Users receive an email confirmation and a SAAR number, marking the completion of the role request process in AMPS, enabling them to proceed with requesting a STORES user account directly on the STORES website.
    This document outlines a spreadsheet for FEMA, intended for partners to track and report details related to shipments or assets. It specifies required fields, marked in yellow, which must be completed before submission to FEMA. Key information to be recorded includes FEMA and partner contact details, CBL and DO numbers, trailer and license plate numbers and states, seal numbers, origin and destination facilities, FEMA comments, and estimated and actual shipping dates/times. The spreadsheet serves as a standardized reporting tool to ensure essential information is collected and communicated efficiently between partners and FEMA, likely for disaster relief or logistical operations.
    The DLA Troop Support Past Performance Questionnaire (Solicitation SPE300-25-R-0001) is a critical document for evaluating contractors for federal contracts. It requests detailed information about past contract performance to ensure factual, accurate, and complete data for awarding decisions. The questionnaire explicitly states that it should not be received directly from the offeror and must be returned via email to specified DLA addresses. It collects essential contract information such as contract number, contractor details, award date, annual dollar value, and a description of services. Performance is rated across several key areas: quality of products and service, schedule (fill rates/timeliness), cost control, and management (communication/responsiveness), using a five-point scale from Excellent to Unacceptable. An overall performance rating is also required, along with a section for remarks on exceptional performance or problems. This questionnaire is vital for objective contractor assessment in the federal procurement process.
    The STORES 5.8 Item Request Training document outlines a new process for the Defense Logistics Agency (DLA) to streamline item creation, reduce bottlenecks, and prevent the proliferation of stock numbers. This process, initiated by the customer, involves a request path from customer to vendor to DLA Troop Support. Requests can be saved, submitted, in process, rejected with or without recourse, or reach final approval. Vendors receive status updates via email and online in STORES. The document details how vendors can view, edit, and submit new item requests, including associating existing stock numbers and adding pricing information. It also covers the Item Request Comparison screen, Status/Comment Log for tracking progress, and the final submission to DLA, emphasizing visibility and controlled item management.
    Amendment 0001 to Solicitation SPE300-25-R-0001, issued by DLA Troop Support, Directorate of Subsistence, updates Attachment 1 – MARKET BASKET – PRICE PROPOSAL FOR SPE300-25-R-0001. The amendment revises "Column F (Current Brand)" and "Column G (Manufacturer SKU)" for numerous line items, either by updating existing information or by deleting it for offerors to fill in. Additionally, a formula in cell D28 of the "ALTERNATE TAB" has been revised. All other terms and conditions of the original solicitation remain unchanged. This amendment is critical for offerors to ensure their price proposals align with the most current requirements.
    Amendment 0002 to Solicitation SPE300-25-R-0001, issued by DLA Troop Support, Directorate of Subsistence, extends the closing date for offers to November 18, 2025, at 3:00 PM Philadelphia time. This amendment also revises the VLOOKUP formula in the Item Pricing tab of Attachment 1 – MARKET BASKET – PRICE PROPOSAL FOR SPE300-25-R-0001 Version 2. The formula for "Offered Evaluation Units Per Case" (column F) now pulls data from column P (Offered Evaluation Units Per Case) in the Item Information tab instead of column O (Historic Evaluation Units Per Case). All other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are not rejected.
    The document, Amendment of Solicitation/Modification of Contract (Form 30), primarily addresses an extension to Solicitation SPE300-25-R-0001. The original solicitation, dated September 19, 2025, has been extended. The new closing date for offers is November 25, 2025, at 3:00 PM Philadelphia time. This amendment, identified as 0003, indicates that all other terms and conditions of the initial solicitation remain unchanged. The DLA Troop Support, Directorate of Subsistence, located in Philadelphia, PA, is the issuing office for this modification. Offerors must acknowledge receipt of this amendment to ensure their offers are considered.
    Similar Opportunities
    Pre-Solicitation - Phoenix Arizona Region
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is preparing to solicit Prime Vendor support for various subsistence items for customers in the Phoenix, Arizona region, including military bases such as Ft. Huachuca and Luke AFB. The procurement will involve supplying a range 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 significant as it ensures timely delivery of essential supplies to federal agencies, 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 November 2025, and they may contact Noreen Killian at Noreen.Killian@dla.mil or Daniel Monteiro at daniel.monteiro@dla.mil for further inquiries.
    SPE30026R0010 - Southern Kentucky and Tennessee and the Surrounding Areas
    Buyer not available
    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.
    Request for Information (RFI) for Food Support for DLA Troop Support (CONUS SPV) - North and South Dakota Area, Military and Federally Funded Customers
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is issuing a Request for Information (RFI) for food support services in the North and South Dakota regions for military and federally funded customers. The objective is to gather market research insights to inform the upcoming solicitation for Subsistence Prime Vendor (SPV) contracts, which will require contractors to provide a comprehensive range of food and beverage items, including canned goods, dairy products, frozen meats, and more, to various military installations and facilities in these areas. This procurement is crucial for ensuring timely and efficient food distribution to support military operations and personnel. Interested vendors are encouraged to submit their responses by December 3, 2025, at 3:00 p.m. Philadelphia Local Time, to the designated contacts, Neil-Michael Chiaradio and Megan Russell, via their provided email addresses.
    SPE30026R0016 - Northern Kentucky , West Virginia, Ohio and Indiana and the Surrounding Areas
    Buyer not available
    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.
    FY 26 RTI Catering
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for catering services to provide prepared breakfast, lunch, and dinner meals for the 129th Regiment (Regional Training Institute) of the Illinois Army National Guard during training events from January 2 to September 25, 2026. The contract, valued at approximately $9 million, is a small business set-aside and will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, requiring adherence to strict food safety, sanitation, and delivery protocols as outlined in the Statement of Work. This procurement is crucial for ensuring that military personnel receive nutritious and varied meals during their training, with specific meal plans detailed in the accompanying documents. Interested vendors must submit their quotes by December 19, 2025, and can direct inquiries to Stephanie Maley at stephanie.c.maley.civ@army.mil or Donald Piper at donald.g.piper6.mil@army.mil.
    Solicitation/Request for Proposal (RFP) for Subsistence Prime Vendor (SPV) Support for Republic of Korea
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is soliciting proposals for Subsistence Prime Vendor (SPV) support to provide food and related services to military and federally funded customers in the Republic of Korea. The procurement aims to establish a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the supply and delivery of a wide range of food items, including perishable and semi-perishable goods, as well as non-food items, with a focus on supporting various military facilities and operations in the region. The estimated contract value is $217.5 million, with a maximum potential value of $435 million, and proposals are due by December 3, 2025, at 3:00 PM Philadelphia time. Interested parties can find more details and submit their proposals via the DLA Internet Bid Boards System (DIBBS) and should direct inquiries to Gwen Garcia or Donovan Mahoney at the provided email addresses.
    UTAH
    Buyer not available
    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
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for a comprehensive supply of fresh fruits and vegetables to support both DoD troop customers and Non-DoD school customers in San Antonio, Texas. This procurement, set aside exclusively for small businesses, aims to fulfill indefinite quantities of produce over a five-year contract period, with an estimated maximum total contract value of $307.5 million. The goods are critical for ensuring the nutritional needs of military personnel and school children, emphasizing the importance of quality and compliance with agricultural standards. Interested vendors must possess a valid Perishable Agricultural Commodities Act (PACA) license and submit proposals by the specified deadline, with the solicitation expected to be issued in December 2025. For further inquiries, potential offerors can contact Tiffanie Barthelemy at tiffanie.barthelemy@dla.mil or Amy Paradis at amy.paradis@dla.mil.
    MODULAR OPERATIONAL RATION ENHANCEMENT (MORE)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the Modular Operational Ration Enhancement (MORE), which serves as an enhancement to the Meal-Ready-to-Eat Ration (MRE) and the First Strike Ration (FSR). This procurement focuses on two specialized types of rations: Type I for High Altitude/Cold Weather and Type II for Hot Weather, designed to provide additional calories and nutrients to Warfighters operating in extreme environments. The MORE is critical for maintaining the health and performance of military personnel in areas where nutrient depletion occurs rapidly. Interested vendors can contact Julian Coppertino at julian.coppertino@dla.mil or Tiendung Nguyen at tiendung.nguyen@dla.mil for further details, with the presolicitation notice indicating the importance of adhering to rigorous packaging and inspection standards outlined in the associated documentation.
    PreSolicitation Notice: Fresh Fruit & Vegetable support for DoD and Non-DoD customers located in the state of Montana
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is preparing to solicit proposals for a comprehensive supply of fresh fruits and vegetables for both DoD and Non-DoD customers located in Montana. This procurement aims to fulfill the dietary needs of various entities, including USDA schools and Indian Tribal Organizations, with an estimated contract value of $19,724,408.70 over a five-year period, which includes a 24-month base and two 18-month options. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) source selection method, ensuring that the government receives the most advantageous offers. Interested vendors can reach out to Jennifer DeLange at jennifer.delange@dla.mil or Amanda Quaile at Amanda.Quaile@dla.mil for further information as they prepare their proposals.