Presolicitation Notice for Fresh Bread and Bakery Products support for DLA Troop Support to military customers, SPE300-25-RX005, in the Colorado Region.
ID: SPE300-25-RX005Type: Presolicitation
Overview

Buyer

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

NAICS

Commercial Bakeries (311812)

PSC

BAKERY AND CEREAL PRODUCTS (8920)
Timeline
    Description

    The Defense Logistics Agency (DLA) Troop Support is soliciting proposals for the supply of fresh bread and bakery products to military customers in the Colorado region, specifically for the period from May 11, 2025, to November 7, 2026. The procurement aims to establish a Simplified Indefinite Delivery Contract (SIDC) to ensure timely delivery of high-quality bakery items, with a strong emphasis on freshness and compliance with commercial standards, including the use of mold inhibitors as permitted by the FDA. Interested vendors must adhere to electronic data interchange requirements and are expected to maintain a 98% fill rate while complying with federal regulations, including the Berry Amendment for U.S. production. Proposals are due by 8 PM Eastern Standard Time on April 21, 2025, and interested parties should contact Nicole Blake at Nicole.Blake@dla.mil or Alicia Nichols-Harris at Alicia.Harris@dla.mil for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Proposal (RFP) concerning the procurement of various bread and bakery items for Carson, Wyoming, covering the period from May 11, 2025, to November 07, 2026. It outlines specific product requirements, including different types of bread (e.g., white, whole wheat, rye, and sourdough) and bakery products like rolls and bagels, detailing packaging sizes, estimated weights, and wholesale pricing for each item. The RFP emphasizes that bidders must provide comprehensive information for each product, including descriptions, codes, pricing per package, and total pricing calculations based on weight. Additional instructions stress that prices for evaluation will rely on per-pound costs, while package prices are for actual orders. The structured format assists in ensuring all required item attributes are addressed, thereby facilitating accurate evaluations of bids. The overall purpose of this RFP is to establish procurement terms for bakery products while satisfying specific quantity and pricing criteria, crucial for government purchasing efficiency and meal provisions.
    The document is a Market Fresh Item Request Form associated with federal and state procurement processes. It is designed for vendors to provide detailed specifications of food items intended for governmental purchase. Key elements include item name and description, vendor unit of measure, case and individual package weights, processing type, storage requirements, and product grades. It also collects nutritional information, such as fat content and juice percentages, along with additional product features like dietary restrictions. The form emphasizes the importance of precise descriptions to ensure appropriate cataloging and selection of food items for government use, including considerations for health and dietary standards. Vendors are encouraged to attach supporting documentation, such as nutrition specifications and labels. By facilitating a structured specification process, the Market Fresh Team aims to streamline procurement and enhance the quality of food services in government programs. Overall, the purpose is to ensure that all food items meet established requirements related to safety, health, and quality for public sector consumption.
    The document outlines the EDI Implementation Guidelines for the Subsistence Total Ordering and Receipt Electronic System (STORES), issued by the Defense Logistics Agency (DLA) Troop Support. It provides essential contact information for EDI testing, instructions for the testing process of electronic data interchange transactions (specifically 832, 850, and 810), and details the production procedures including transmission schedules and problem recovery. The guidelines delineate the necessary requirements for various transaction sets, including the catalog (832), purchase orders (850), and invoices (810), detailing the structure and elements required for proper submission. The document emphasizes the importance of adherence to deadlines for catalog updates and outlines the processes that vendors and customers must follow to ensure accuracy and compliance in electronic transactions. Moreover, it specifies that vendors must transition to an upgraded EDI version upon completion of testing. This document is crucial for vendors working with the DLA to ensure seamless communication and operational efficiency in supplying goods through the STORES system.
    The government is conducting market research to solicit Full Line fresh Bread and Bakery products for DoD Troop customers in the Colorado and Wyoming Zone. The maximum value of the contract over an 18-month period is set at approximately $195,995.33. Interested vendors are invited to respond to a questionnaire regarding their capability to deliver to all specified customers, including inquiries about their business size, past government contracts, and software registrations (SAM.gov and DIBBS). Vendors must also confirm their ability to comply with the Subsistence Total Order and Receipt Electronic System (STORES) for order processing and invoicing. Additionally, the use of the FFAVORS WEB ordering system for USDA non-DoD customers is mentioned. The document emphasizes the requirement for potential vendors to maintain electronic communication capabilities and proposes that vendors indicate their delivery capabilities, feedback on the contract's layout, and engage in subcontracting if necessary. All feedback is due by March 20, 2025, demonstrating the government's initiative to streamline procurement processes while ensuring they meet the needs of military and USDA customers effectively.
    The document outlines a solicitation for an Indefinite Quantity Contract (IQC) concerning the supply of fresh bread and bakery products to Department of Defense (DoD) customers in the Fort Carson, Colorado/Wyoming area. The solicitation (SPE300-25-R-X005) is issued by the Defense Logistics Agency Troop Support and is open for bid from April 17, 2025, to April 21, 2025. It emphasizes the requirement for vendors to comply with electronic data interchange capabilities and mandates registration in the System for Award Management (SAM). The contract aims to establish a reliable source of goods over an 18-month period, with a maximum contract value of $250,000. Vendors must propose pricing and fulfill all delivery, packaging, quality, and sanitation standards as specified. They are expected to ensure a 98% fill rate and adhere to the Berry Amendment, which requires U.S. production of supplied items. Specific clauses are included regarding inspection, acceptance, invoicing via Electronic Data Interchange, and handling of recalls. Overall, the document reinforces the need for compliance with federal regulations and efficient service delivery, reflecting the government’s commitment to maintaining high standards in procuring goods for military personnel.
    Similar Opportunities
    Request for Information (RFI) for Fresh Bread & Bakery Products support for DLA Troop Support to military customers in the Georgia Zone
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking information from suppliers regarding the provision of fresh bread and bakery products for military customers in the Georgia Zone, specifically Fort Benning, Fort Gordon, and Fort Stewart. The agency aims to establish indefinite quantity contracts to supply fresh bakery items, adhering to strict freshness requirements and commercial standards for temperature control. This procurement is crucial for supporting the dietary needs of military personnel, with a maximum contract value of $21,375,000 over a proposed ordering period from April 5, 2026, to April 7, 2029. Interested vendors must respond to the attached market research questionnaire by January 14, 2026, and can direct inquiries to Jillian Blaney at jillian.blaney@dla.mil or Ronald Booth at ronald.booth@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.
    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.
    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.
    FCI MANCHESTER FY26 2ND QTR BREAD REQUIREMENT
    Justice, Department Of
    The U.S. Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Institute in Manchester, is seeking quotes for weekly bread delivery services for the second quarter of Fiscal Year 2026, covering the period from January 1 to March 31, 2026. The procurement includes specific requirements for various bread products, including Kosher Wheat Bread and Whole Wheat Hamburger and Hot Dog Buns, with deliveries to be made weekly based on quantities communicated by the local food service administration. This contract is vital for maintaining the food supply for the inmate population, ensuring compliance with dietary needs and operational standards. Interested vendors must submit their quotes by December 17, 2025, at 10:00 a.m. EST via email to Andre Cawood at akcawood@bop.gov, as no written solicitation will be issued.
    FCI McDowell 2nd Qtr FY 26 BREAD
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI McDowell, is seeking offers for the procurement of bread for the 2nd Quarter of Fiscal Year 2026. This opportunity is set aside exclusively for small businesses, with a focus on delivering various types of fresh bread, including hot dog rolls, hamburger rolls, and sandwich bread, all of which must be delivered within 48 hours of baking and have a 90-day shelf life from the delivery date. The procurement emphasizes the importance of past performance and delivery schedules in the evaluation process, with bids due by 9:00 A.M. EST on December 18, 2025. Interested vendors should submit their offers via mail, fax, or email, and can contact Joe Riffe at jriffe@bop.gov or 304-436-7386 for further inquiries.
    Bread Items for USP Lee Qtr 2 FY26
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons at USP Lee, is soliciting bids for the provision of various bread items for the second quarter of fiscal year 2026. The procurement includes whole wheat bread loaves, hamburger buns, and hot dog buns, with specific quantities and delivery timelines set between January 1, 2026, and March 31, 2026. This opportunity is particularly significant as it is a total small business set-aside under NAICS code 311999, emphasizing the importance of supporting small enterprises in the food manufacturing sector. Interested vendors must submit their quotes by December 17, 2025, at 12:00 PM EST, via email, and are encouraged to review the solicitation details available on the SAM beta .GOV website, with an anticipated award date of December 29, 2025. For further inquiries, potential offerors can contact Jason Shuler at j1shuler@bop.gov or by phone at 276-546-0150.
    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.
    SPE300-25-R-0062- SOLICITATION NOTICE-Fresh Fruit & Vegetable support for (DoD) Troops and Non-DoD USDA School customers located in the Southern Nevada Zone
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for the supply of fresh fruits and vegetables to support DoD troops and USDA school customers in the Southern Nevada Zone. This procurement is a Total Small Business Set-Aside and will utilize a Lowest Price Technically Acceptable (LPTA) source selection process, with a contract duration of five years divided into tiers. The selected contractor must be a current commercial distributor with a valid PACA license and adhere to strict quality and sourcing requirements, including compliance with USDA standards. Proposals are due by January 13, 2026, at 8:00 PM Eastern Standard Time, and interested vendors can contact Gregory Barksdale at gregory.barksdale@dla.mil or Peter Siner at Peter.Siner@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.