SPE30025RX019 - Combined Synopsis/Solicitation for State of Louisiana
ID: Spe30025rx019Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Soft Drink Manufacturing (312111)

PSC

BEVERAGES, NONALCOHOLIC (8960)

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 a Simplified Indefinite Delivery Contract to supply canned and bottled soda products to various DoD customers in Louisiana. The contract, designated as SPE300-25-R-X019, aims to secure a consistent supply of beverages over a three-year period, with a performance timeline from November 2, 2025, to October 28, 2028, and will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method. Vendors must be current Coca-Cola manufacturers or distributors, maintain a 98% fill rate, and comply with the Buy American Act and Berry Amendment, ensuring adherence to quality standards and ethical conduct. Proposals are due by August 27, 2025, at 3:00 PM EST, and interested parties should contact Stephanie Milstein at stephanie.milstein@dla.mil or Matthew Sacca at matthew.sacca@dla.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, "SOLICITATION: SPE300-25-R-X019 Louisiana Troops (Group 1) Estimates," is a Request for Proposal (RFP) for a 36-month contract to supply various beverages to Louisiana Troops. The solicitation lists 21 items, including different types of juices, carbonated beverages (sodas), sports drinks, and bottled water, with estimated quantities for each item. Vendors are required to fill in pricing for Tier 1 (Years 1 and 2) and Tier 2 (Year 3) for each item, but they must not modify the shaded fields. The estimated 12-month quantity for all items combined is 4,450 units. The document specifies that bids must be placed on all listed items. This RFP aims to secure a long-term supply of beverages for military personnel in Louisiana, detailing the specific products and quantities required over a three-year period.
    The document is a solicitation (SPE300-25-R-X019) for a 36-month contract to supply beverages to Louisiana Troops (Group 1), detailing 21 specific beverage items. It requires vendors to provide pricing for two tiers: Tier 1 for years 1 and 2, and Tier 2 for year 3. The solicitation lists estimated quantities for each item, unit of issue (cases or boxes), and government stock numbers. Vendors must complete only the white fields in the attachment, specifically cells D2 and G6 through G25, and bid on all items. The estimated annual quantity is 4,450 units. The document emphasizes that shaded fields should not be altered. This RFP aims to secure a consistent supply of beverages for military personnel in Louisiana over a three-year period, with pricing evaluated across both tiers.
    Attachment 3 – SPE300-25-R-X019 is a form for requesting new produce items for the Defense Logistics Agency (DLA). It is designed to gather essential information for cataloging and stocking new items, distinguishing between CONUS (USA Stateside) and OCONUS (overseas) requests, and whether the request is for Troop Support (STORES) or School Lunch/Tribe (USDA FFAVORS). Key required fields include activity name, contract number, complete item description, form (e.g., whole, chopped), refrigeration requirements, USDA Grade, vendor's unit of measure, case weight, and estimated monthly usage. The form also requests optional details such as DLA Stock #, Vendor Part/Item #, Manufacture/Brand Name, cost breakdown, DLA Unit of Issue, package size, count per case, and item type (fresh, chilled/processed, other). A note advises providing a copy of the request to the DLA Catalog Account Manager to expedite item stocking.
    The Subsistence Total Ordering and Receipt Electronic System (STORES) EDI Implementation Guidelines, updated in September 2017, outline the Electronic Data Interchange (EDI) procedures for vendors interacting with DLA Troop Support. This document, relevant for federal government RFPs, grants, and state/local RFPs, details the general information, production procedures, and specific EDI guidelines for three critical transaction sets: 832 (Catalog), 850 (Purchase Order), and 810 (Invoice). It provides contacts for EDI testing, describes the testing process, and specifies the mandatory, conditional, and optional elements within each transaction set. The guidelines emphasize timely catalog updates, prompt error recovery in production, and adherence to defined data formats and values for seamless electronic communication between vendors and STORES.
    The document outlines the structure and content requirements for proposals submitted to the Department of Defense. It details specific sections, including a table of contents, proposal data, proposal format, and general instructions. Key areas cover proposal preparation, evaluation criteria, and various forms and certifications required. The document emphasizes technical and price proposals, past performance, and representations/certifications. It also addresses proposal submission, withdrawal, and modification, highlighting the importance of clear communication and adherence to all stated guidelines. The overall purpose is to guide offerors in submitting comprehensive and compliant proposals for federal government contracts.
    This government solicitation, SPE300-25-R-X019, issued by DLA Troop Support, outlines a Simplified Indefinite-Delivery Contract for Canned and Bottled Coca-Cola products to Department of Defense customers in Louisiana. The contract, with a 3-year performance period from November 2, 2025, to October 28, 2028, will be awarded based on the Lowest Price Technically Acceptable (LPTA) source selection process. Key requirements include the offeror being a current Coca-Cola manufacturer/distributor, maintaining a 98% fill rate, adhering to Buy American Act and Berry Amendment, and utilizing the STORES electronic ordering system. Proposals are due by August 27, 2025, 3:00 PM EST, and must be submitted via email or DIBBS, ensuring all necessary documentation and certifications are included for technical acceptability. Contractors must comply with ethical conduct, security programs, and quality standards, including annual third-party warehouse audits.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Loading similar opportunities...