SPE300-26-R-0001 Subsistence Prime Vendor (SPV) Southwest Asia and Eastern Africa (SWAEA)
ID: SPE300Type: Combined Synopsis/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

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for the Subsistence Prime Vendor (SPV) contract to provide food and non-food items to military and federally funded customers in Southwest Asia and Eastern Africa. The selected contractor will be responsible for the supply and delivery of a wide range of products, including perishable and semi-perishable food items, as well as Food Service Operating Supplies and other operational rations, with an emphasis on understanding the complex political and security landscape of the regions involved. This contract, valued at approximately $985 million, will be awarded for a term of 60 months, divided into three pricing tiers, and proposals must be submitted digitally via DIBBS or DoD Safe by January 26, 2026. Interested vendors can reach out to Tina Frederico at tina.frederico@dla.mil or Lisa Smith at lisa.a.smith@dla.mil for further inquiries.

    Files
    Title
    Posted
    The document, Solicitation #SPE300-26-R-0001, details a federal government Request for Proposal (RFP) for various food and non-food items, outlining pricing and distribution tiers for both Zone 1 and Zone 2, applicable to all customers except the Navy, and also specifically for Navy-only customers. The file lists 114 line items, including a wide array of products such as tuna, fruits, vegetables, meats, dairy, beverages, and personal care items. Each item includes a description, unit of measure, and historical evaluated units. The document also specifies 45 distribution price categories, covering various types of products (dry, frozen, chilled), units (cases, pounds, each), and customer types (CONUS, OCONUS). The pricing sections, however, are largely incomplete, with many entries showing "#DIV/0!" errors, indicating missing or undefined data for product prices, weighted product prices, and evaluated prices across all zones and customer categories. This RFP appears to be a request for pricing and quantity information for a broad spectrum of supplies, with a clear distinction between general and Navy-specific distribution requirements.
    The Defense Logistics Agency (DLA) Troop Support has issued an official OCONUS Subsistence Price Quote Sheet for solicitation SPE300-23-R-0006, targeting the Southwest Asia and Eastern Africa (SWAEA) region. Manufacturers must complete this form legibly for each offered item, providing detailed information about their company, the manufacturing facility, and a point of contact for military sales. The sheet requires specific item information, including zone identification, item number from the market basket, item description, case size, Global Trade Item Number (GTIN) or SKU, and market basket quantity. Pricing details, such as FOB Origin Product Price, any applicable exceptions, product price unit of measure, manufacturer's pricing agreement, and NAPA discount, are also required. The final product price and the effective time period for the quote, which must cover the first month of contract performance, must be specified. Payment terms, including early payment discounts, are also to be included. The form explicitly states it cannot be altered and requires a manufacturer's signature and date for validity.
    This document outlines the procedures for submitting proposals to government solicitations via the DLA Internet Bid Boards System (DIBBS) and the DoD Safe electronic platform. For DIBBS, vendors can upload offers and supporting documents, with specific instructions on file types, sizes (under 10 MB), naming conventions (no spaces, hyphens/underscores only), and the submission process. It emphasizes that submissions are not saved until the 'Submit' button is clicked and warns about late submissions. For DoD Safe, the document details the use of a one-time URL link for drop-offs (up to 25 files, 8 GB max) to specific DLA Troop Support recipients. It provides instructions for encrypting files, sending passphrases separately, and confirming receipt of proposals, noting that DoD Safe delivery times are not guaranteed and the system operates on Universal Time. Both platforms stress the offeror's responsibility for timely and complete submissions according to solicitation requirements.
    The document details the Subsistence 864 Inventory Reporting, focusing on the structure and content of the 864 transaction and MSG segment layout. It outlines 27 data elements within the MSG segment, including National Stock Number, Item Category, Stock-On-Hand, various pricing points, inventory location, and item descriptions, along with their respective lengths, definitions, and valid entries. The document provides examples of both the delimited 864 transaction and the translated output file, illustrating how inventory data is formatted and reported. It also includes a version history detailing additions and clarifications to the data columns over time. This report serves as a guide for federal agencies and vendors involved in subsistence inventory management, ensuring standardized data exchange for RFPs and grants.
    The document outlines a new automated vendor-initiated item request process for federal government contracts, specifically targeting changes or replacements of existing items rather than new ones. This system, built into STORES, is intended to replace most emailed item requests for Prime Vendor contracts, with exceptions for Produce and Market Fresh items. Vendors can now initiate requests for reasons such as part number changes, manufacturer SKU/GTIN changes, pack size changes, or discontinued items. The process allows vendors to add items back to their catalogs if they were previously available within the last 90 days. Troop Support will train vendors and customers on this new functionality, which aims to streamline item request submissions and reduce the proliferation of unwarranted requests by establishing predefined, approved criteria for vendor submissions.
    The US AFRICOM Foreign Vendor Information Sheet is a comprehensive document designed to collect critical data from foreign businesses and their key personnel for vendor registration. The form requires detailed information including official business name, country of incorporation, business commencement date, registration numbers (e.g., DUNS, CAGE/NCAGE), complete business and mailing addresses, and contact information for company representatives. It also requests details on business type, number of employees, annual revenue, nature of business, and any additional business locations. Ownership information, including capital contribution and percentage of ownership, is required along with copies of passports or national IDs for all owners and key employees. Banking details for electronic funds transfer, including intermediary bank information, are also requested. The form emphasizes the necessity of fully completing all fields and attaching required identification documents, stating that incomplete submissions will not be accepted. This ensures thorough vetting and compliance for foreign entities wishing to conduct business with US AFRICOM.
    This government solicitation, SPE300-26-R-0001, for "Subsistence Prime Vendor Southwest Asia and Eastern Africa," is an RFP for commercial products and services, particularly food and non-food distribution. The DLA Troop Support seeks a contractor to supply authorized customers in Southwest Asia and Eastern Africa, with an estimated total award amount of $985,000,000.00. Key dates include a pre-proposal question deadline of December 22, 2025, and an offer due date of January 26, 2026. Proposals must be submitted digitally via DIBBS or DoD Safe. The document details contract terms, conditions, and clauses, including those related to business ethics, small business subcontracting goals (e.g., 5% for Women-Owned Small Businesses), quality control, transportation, and payment. It outlines specific requirements for offerors, such as providing CAGE codes, UEI numbers, and details on authorized negotiators. Amendments to FAR clauses cover inspection/acceptance, changes, termination for cause, warranties, and Status of Forces Agreement (SOFA) status for contractor employees. The solicitation also emphasizes compliance with various federal regulations and executive orders.
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    Solicitation/Request for Proposal (RFP) for Subsistence Prime Vendor (SPV) Support for Republic of Korea
    Dept Of Defense
    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.
    Pre-Solicitation - Phoenix Arizona Region
    Dept Of Defense
    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.
    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.
    Presolicitation Notice For Subsistence Prime Vendor Support For Puerto Rico
    Dept Of Defense
    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 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.