Coca Cola Illinois and Kansas
ID: SPE30025RX011Type: Solicitation
Overview

Buyer

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

NAICS

Soft Drink Manufacturing (312111)

PSC

BEVERAGES, NONALCOHOLIC (8960)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for a contract to supply canned and bottled soda products to military personnel in Illinois and Kansas. This procurement aims to provide a variety of beverages, including carbonated drinks, iced coffees, juices, and sports drinks, ensuring the welfare and logistical support of troops. The contract is set for a performance period from June 1, 2025, to May 31, 2027, with vendors required to submit competitive pricing for 23 specified items, all initially marked as $0.00, indicating the need for bidders to provide their pricing. Interested vendors can reach out to Marcus Berenato or Paul Le via email for further inquiries regarding the solicitation, which has been amended to clarify certain requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation SPE300-25-R-X011 outlines a federal request for proposals (RFP) involving the supply of beverages for Illinois and Kansas troops under a 24-month contract. It lists 23 specific beverage items including carbonated drinks, iced coffees, juices, sports drinks, and water, specifying their descriptions, estimated quantities, and government stock numbers. Bidders are instructed to fill out certain fields while leaving designated areas untouched as part of the submission process. Pricing for Tier 1 and Tier 2 evaluation is required for each item, but all listed prices are marked as $0.00, indicating that bidders must provide their pricing in the relevant fields. The total estimated quantity for these items within the contract duration is also mentioned, reflecting the scale of procurement involved. This solicitation indicates a strategic effort to procure necessary supplies for military personnel, ensuring they receive essential beverages.
    The document is an amendment to a prior solicitation, identified by Contract ID SPE30025RX011. It modifies the initial request for proposals (RFP) by altering specific terms and items within the contract. Key updates include the removal of the phrase “Wholesome product by veterinary standards” from Section XXIII regarding the Quality Program. Additionally, two specific iced coffee products have been eliminated from the attached Schedule of Items. All other terms of the contract remain unchanged. The purpose of this amendment is to clarify and update the requirements without affecting the overarching framework of the original solicitation. The document underscores the procedural rigor involved in government contracting, ensuring all modifications are documented and communicated effectively to all bidders and contractors involved.
    The document outlines a solicitation for a one-year contract (SOLICITATION: SPE300-25-R-X011) for beverage supplies to be delivered to Illinois and Kansas troops. It specifies the requirement for vendors to provide pricing for a variety of carbonated and non-carbonated beverages, including soft drinks, iced coffee, juice, and sports drinks. The document lists 23 distinct items, detailing descriptions, estimated quantities, and required packaging formats, all of which are to be bid upon by prospective vendors. The vendor response must include pricing for both Tier 1 and Tier 2, with an expectation for each entrant to complete designated fields while leaving shaded parts untouched. The total evaluation estimate for 12 months is indicated, but all prices are currently marked as $0.00, requiring vendors to submit competitive bids. This solicitation reflects the government's procurement focus on acquiring beverages for military personnel, contributing to logistical support and welfare efforts.
    The government document pertains to the procurement processes involving federal requests for proposals (RFPs), federal grants, and state and local RFPs. It emphasizes the structured approach to acquiring services or products necessary for government functions, aimed at improving efficiency, compliance, and public service delivery. The document outlines key procedures including pre-bid meetings, evaluation criteria for submissions, funding availability, and eligibility requirements for applicants, ensuring transparency and fairness. Additionally, it discusses the importance of adherence to regulatory guidelines throughout the proposal process, including considerations for sustainability and community impact. By detailing proposal submission deadlines, evaluation thresholds, and selection criteria, the document serves as a comprehensive guide for potential contractors and grant recipients seeking to engage with government contracts. Overall, the document reflects the government's commitment to effective procurement practices that enhance public welfare while adhering to strict legal and fiscal standards.
    The Subsistence Total Ordering and Receipt Electronic System (STORES) EDI Implementation Guidelines outline the Electronic Data Interchange (EDI) process for DLA Troop Support's subsistence prime vendors. The document details essential communication processes, transmission schedules, and recovery procedures for EDI transactions involving catalogs (832), purchase orders (850), and invoices (810). Key points include the requirement for timely catalog updates from vendors, the necessity of testing various EDI transactions before moving to production, and adherence to specific element codes for catalog data. The guidelines emphasize the importance of accuracy in order fulfillment, proper documentation, and verification of shipments against invoices to avoid payment discrepancies. Overall, this document serves as a comprehensive framework for vendors engaging in electronic transactions with DLA, aiming to streamline operations while ensuring compliance with federal procurement standards.
    The document is a Request for New Produce Items (RFP) issued by the Defense Logistics Agency (DLA), aimed at procuring specific food items for the U.S. military and related entities. It outlines essential details to be provided by the requesting party, including the activity name, contract number, whether the request is for CONUS (U.S. Stateside) or OCONUS (overseas), and the intended use (Troop Support or School Lunch/Tribe under USDA FFAVORS). Key components of the request include item description, form (e.g., whole, sliced), storage requirements (refrigeration), USDA grade, and vendor information such as part number, brand name, and pricing details. The requester must specify the packaging, size, case weight, and estimated monthly usage. It emphasizes the importance of forwarding the completed request to the DLA Catalog Account Manager to expedite stocking of the items. This document serves as a structured guide for military procurement of food supplies, ensuring all necessary details are captured for evaluation and fulfillment by potential vendors, thus facilitating effective inventory management and meeting dietary needs.
    The document details shipping and contact information for various government customers, primarily military facilities, requesting goods at identified delivery points. Key entities include Scott Air Force Base and Fort Riley, with specific addresses and corresponding building details for each location. The data showcases service facilities like dining and storage units, along with customer names and codes that facilitate order processing. The format indicates common procedures for fulfilling requests, likely associated with federal RFPs or grants aimed at supplying goods and services to military installations. This information is crucial for logistics and ensures timely delivery of necessary supplies to support operations at these facilities.
    The document outlines a Request for Proposal (RFP) by the Defense Logistics Agency (DLA) Troop Support for a Simplified Indefinite-Delivery Contract (SIDC) to supply canned and bottled products to Department of Defense (DoD) customers in Illinois and Kansas. It details submission procedures, contract requirements, and operational standards for potential vendors, emphasizing the need for Electronic Data Interchange (EDI) capabilities. Contracts will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, with a performance period from June 1, 2025, to May 31, 2027, split into two pricing tiers. Contractors must secure necessary accreditation, ensure product quality, comply with food safety regulations, and maintain a 97% fill rate for orders. The document highlights the significance of the Berry Amendment, mandating that all food products be produced in the U.S. Additionally, it specifies requirements for customer service, invoicing, delivery, and quality audits, along with mechanisms for emergency orders during heightened demand situations. Overall, the RFP strategically supports military operations by ensuring consistent and reliable supply chain management and product delivery for troop sustenance.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    84--BAG,DRINKING WATER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of drinking water bags, specifically under the National Stock Number (NSN) 8465-00-485-3034. The contract involves delivering a total of 20,000 units to the Travis Association for the Blind, with staggered delivery dates ranging from 210 to 480 days after order placement. These bags are essential for military operations and personnel hydration needs, ensuring that troops have access to safe drinking water in various environments. Interested vendors can submit their quotes electronically, and for any inquiries, they should contact the buyer via the provided email address, DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    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.
    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.
    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.
    42--DRINK COUPLER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of drink couplers, specifically NSN 4240015299189. The contract includes three lines of delivery, with a total quantity of 5,758 units required, to be delivered to DLA Distribution within specified timelines of 60 to 90 days after order. These drink couplers are essential for fire, rescue, and safety operations, highlighting their importance in maintaining operational readiness. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Pre Solicitation Synopsis for SPE300-26-R-0006 Wisconsin and Surrounding Region
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is preparing to issue a solicitation for Subsistence Prime Vendor (SPV) support for Wisconsin and surrounding regions. This procurement will require the delivery of various subsistence items from the 8900 federal supply group or commercial equivalents on a "just in time" basis, with deliveries expected to commence no later than 120 days after contract award. The contract, valued at a maximum of $57,125,500, will be a Fixed-Price agreement with Economic Price Adjustments, spanning a total of five years divided into three tiers. Interested vendors should note that the Request for Proposal (RFP) will be posted on the DLA BSM DIBBS website as RFP SPE300-26-R-0006, with the solicitation anticipated to be available in January 2026. For further inquiries, contact Zaida Chevere Torres at zaida.chevere@dla.mil or Meghan Dressel at meghan.dressel@dla.mil.
    45--DISPENSER,DRINKING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 29 units of a drinking dispenser, identified by NSN 4510015149655. This solicitation is specifically set aside for Women-Owned Small Businesses (WOSB) and falls under the NAICS code 333415, which pertains to the manufacturing of air-conditioning and warm air heating equipment, as well as commercial and industrial refrigeration equipment. The dispensers are crucial for ensuring adequate hydration and support for military personnel, highlighting their importance in operational settings. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the primary contact via email at DibbsBSM@dla.mil. The deadline for quote submission is 167 days after the award date.
    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.
    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.
    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.