Solicitation/Request for Proposal (RFP) for Subsistence Prime Vendor (SPV) Support for Republic of Korea
ID: SPE30025R0061Type: 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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, Solicitation #SPE30025R0061 for the KOREA region, details a comprehensive Request for Proposal (RFP) for food and operating supplies. It outlines three distinct length tiers for the contract (24, 18, and 18 months, respectively). The core of the RFP involves evaluating aggregate pricing from offerors for various categories of products, including CONUS (Continental US) and OCONUS (Outside Continental US) dry, frozen, and chilled goods, fresh fruits and vegetables (FF&V), water, and food service operating supplies (FSOS). The document also includes pricing categories for services such as disposal, restocking, and Government Furnished Material (GFM) inspection, storage, rework, relabeling, and distribution. A substantial market basket list of over 200 specific items, ranging from shortening and salad oil to various meats, seafood, dairy products, fresh produce, and kitchen supplies, is provided with corresponding stock numbers, descriptions, unit of measure (UOM), and annual quantities. The RFP specifies that quoted product prices should be no earlier than October 10, 2025, and includes sections for evaluated prices and price exceptions. This RFP aims to secure a wide array of provisions and services, focusing on detailed pricing and logistical requirements for the specified region.
    This government file, Amendment #4 to Solicitation SPE30025R0061 for the KOREA region, details a comprehensive Request for Proposal (RRFP) for food and related services. The document outlines a multi-tiered pricing structure over 24, 18, and 18-month periods for various distribution categories, including CONUS (Continental U.S.) and OCONUS (Outside Continental U.S.) for dry, frozen, and chilled goods. It itemizes a vast array of products, from cooking oils and canned goods to fresh produce, meats, dairy, and food service operating supplies. The file also includes provisions for services such as disposal, restocking, GFM (Government Furnished Material) inspection, storage, rework, relabeling, and distribution. Each item is assigned a category, unit of measure, and annual quantity, with columns for quoted and evaluated prices across the different tiers. The presence of product price exceptions and sections for aggregate and weighted product prices indicates a detailed evaluation framework for bids. The main purpose of this document is to solicit and evaluate offers for the supply and distribution of food and related items to government entities in the KOREA region, ensuring a structured and transparent procurement process.
    This document, SPE300-25-R-0061 Subsistence Prime Vendor Republic of Korea, outlines the requirements and conditions for a federal government Request for Proposal (RFP) for subsistence prime vendor services in the Republic of Korea. Key information includes an offer due date of December 3, 2025, at 3:00 P.M. Philadelphia Time, with all proposals to be submitted via the DLA Internet Bid Boards System (DIBBS). The solicitation details administrative data, delivery schedules, and mandates offeror registration in the System for Award Management (SAM). It also covers critical contractual clauses, a comprehensive statement of work, and solicitation provisions. Important aspects include the Contractor Code of Business Ethics, pre-proposal question submission by November 5, 2025, and requirements for Invited Contractor or Technical Representative (IC/TR) status under the U.S.-ROK Status of Forces Agreement (SOFA), including provisions for support, compliance, and training. The document also specifies terms for inspection, acceptance, changes, disputes, payments, and warranties, including product recall procedures and administrative costs for termination for cause.
    This government file addresses a series of questions and answers related to a federal government RFP (Solicitation SPE30025R0061) for a Subsistence Prime Vendor (SPV) contract. Key updates and clarifications include: shifting inventory transportation costs to the incumbent prime vendor, compensation for incumbent prime vendors for delivery, and updates on the USFK Tour Normalization Policy's impact on demand. The document details Battle Pack assembly, replenishment, and compensation, along with storage of Government Furnished Material (GFM) and associated costs. Security measures for deliveries are revised, and the GPS interface requirement with the US Military's RF-ITV system has been removed. The solicitation outlines requirements for small business participation, joint ventures, and local market ready items, with delivery to Korea. It also confirms that certain forms (Korean End Products or Israeli End Products) are not required and clarifies contract award timing and volume estimates.
    The Defense Logistics Agency (DLA) Troop Support is issuing Solicitation Number SPE300-25-R-0061 for commercial items, an unrestricted acquisition with a NAICS code of 311999 and a size standard of 700. The offer due date is December 3, 2025, at 3:00 PM Philadelphia time. All proposals must be uploaded to the DLA Internet Bid Boards System (DIBBS). The solicitation includes six attachments: Statement of Work, Business Proposal/Pricing Workbook Spreadsheet, Official DLA Troop Support OCONUS Subsistence Quote Sheet, Past Performance Questionnaire, DLA Internet Bid Board System (DIBBS) Proposal Instructions, and STORES EDI Implementation Guidelines. This Request for Proposal (RFP) outlines the terms and conditions for prospective contractors to furnish and deliver specified items, with payment made by the government and invoices submitted to the address shown in Block 18a.
    Amendment 0001 to Solicitation SPE30025R0061 extends the offer due date to December 17, 2025, at 3:00 P.M. Philadelphia time. This amendment, issued by DLA Troop Support, informs potential offerors that pre-proposal questions have been received, and responses will be issued via a future amendment. All offers must be uploaded to the DLA Internet Bid Boards System (DIBBS). All other terms and conditions of the original solicitation remain unchanged. This modification ensures offerors have additional time to submit proposals and anticipates further clarification on submitted questions.
    Amendment 0002 for Solicitation SPE30025R0061, issued by DLA Troop Support, addresses Pre-Proposal Questions by providing DLA's answers and responses. This amendment also includes updated attachments: Attachment 1A (SPV Korea_SOW) and Attachment 2A (SPV_Korea_Market_Basket). All offers must be uploaded to the DLA Internet Bid Boards System (DIBBS) website. The amendment specifies that all other terms and conditions of the original solicitation remain unchanged. This document serves to clarify and update key information for potential bidders, ensuring they have the necessary details to submit their proposals accurately and in accordance with the revised terms.
    Amendment 0004 for Solicitation SPE30025R0061 provides an answer to an additional pre-proposal question and includes an updated Attachment 2B (SPV_Korea_Market_Basket). Offerors must submit pricing information on the updated Attachment 2B, which indicates Amendment #4 in cells 4B and 4C of the "TOTALS" tab. All proposals must be uploaded to the DLA Internet Bid Boards System (DIBBS). All other terms and conditions of the solicitation remain unchanged. This amendment is critical for ensuring that proposals are submitted with the most current information and pricing format, thereby maintaining fairness and accuracy in the bidding process for DLA Troop Support's requirements.
    Similar Opportunities
    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.
    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.
    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.
    Pre Solicitation Synopsis for SPE300-26-R-0008 Kansas, Nebraska, Iowa, Northern Missouri and Surrounding Region
    Buyer not available
    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.
    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.
    Presolicitation Notice For Subsistence Prime Vendor Support For Puerto Rico
    Buyer not available
    The Defense Logistics Agency (DLA) is preparing to solicit offers for Subsistence Prime Vendor support for military and federally funded customers in Puerto Rico, with a solicitation expected to be issued in December 2025. The contract will be a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, requiring the Prime Vendor to supply a wide range of food items, including perishable and semi-perishable products, to various military facilities and visiting U.S. Navy ships in the region. This procurement is crucial for ensuring that authorized DLA customers receive timely and adequate food supplies during military operations and training exercises. Interested vendors should note that the estimated contract value is $32 million, with a maximum potential value of $48 million, and they can find the Request for Proposal (RFP) SPE300-25-R-0015 on the DLA Internet Bid Boards System (DIBBS). For further inquiries, contact Gwen Garcia at gwen.b.garcia@dla.mil or Matt Ligato at matthew.ligato@dla.mil.
    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.
    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.
    MRO Korea Region SPE8E323D0013
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is announcing a procurement opportunity for a Maintenance, Repair, and Operations (MRO) Bridge Contract in the Korea Region, identified by the notice SPE8E323D0013. This opportunity involves the acquisition of miscellaneous construction materials, as outlined in the justification and award announcement document. The goods and services procured under this contract are crucial for maintaining operational readiness and support for military operations in the region. Interested vendors can reach out to Lauren Byrne at lauren.byrne@dla.mil for further details regarding this opportunity.
    Fresh Fruits & Vegetables (FF&V) Support for DoD & Non-DoD Customers – Kwajalein Atoll
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency Troop Support Indo-Pacific, is seeking a qualified commercial distributor to supply Fresh Fruits and Vegetables (FF&V) to both DoD and select Non-DoD customers located on Kwajalein Atoll. The procurement involves an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which requires offerors to provide a comprehensive delivery and distribution plan, maintain quality assurance, and comply with food safety standards throughout the distribution process. This contract is critical for ensuring the availability of high-quality produce to military installations, emphasizing the importance of adherence to USDA and PACA standards. Interested parties must submit their proposals by 08:00 PM HST on January 4, 2026, and can contact Bradley Ah Nee at bradley.ahnee@dla.mil or Kirk Moser at kirk.moser@dla.mil for further information. The contract is set aside for small businesses, with a minimum guaranteed value of $210,000 and a maximum ceiling of $31,500,000 over a five-year performance period.