SPE300-24-R-0024 Subsistence Prime Vendor (SPV) Northern Europe
ID: SPE30024R0024Type: 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)
Timeline
    Description

    The Defense Logistics Agency (DLA) Troop Support is soliciting proposals for a Subsistence Prime Vendor contract to provide food and non-food supplies to military and federally funded customers in Northern Europe. The contract will require the selected vendor to supply a wide range of products, including perishable and semi-perishable food items, beverages, and Food Service Operating Supply items, ensuring support for military operations in the region. This procurement is crucial for maintaining efficient supply chains and operational readiness for U.S. military personnel stationed abroad. Interested vendors must submit their proposals by August 11, 2025, at 3:00 PM Philadelphia time, and can direct inquiries to Kellie Wimsey at Kellie.Wimsey@dla.mil or Kelly Fidik at Kelly.Fidik@dla.mil.

    Files
    Title
    Posted
    The federal solicitation SPE300-24-R-0024 outlines requirements for the Subsistence Prime Vendor contract in Northern Europe. Proposals are due by March 31, 2025, and must be submitted via the DLA Internet Bid Boards System (DIBBS) or DoD Safe. The document specifies that the government reserves the right to cancel the solicitation and clarifies the expectations for offerors concerning compliance with federal regulations, including the Iran Sanctions Act. It mandates registration in the System for Award Management (SAM) and emphasizes the need for a code of business ethics. Offerors are encouraged to submit pre-proposal questions by February 7, 2025, detailing their business size and contact information. Key sections of the document detail contractual terms, including delivery schedules, quality assurance, pricing, and distribution requirements, while ensuring adherence to various regulations for small business participation. The extensive content also includes clauses on product recalls and administrative guidelines, reinforcing the contractor's responsibility to comply fully with governmental standards. Overall, the RFP aims to ensure quality subsistence support for military personnel through a structured procurement process while promoting transparency and ethical business conduct.
    The document outlines Solicitation # SPE300-24-R-0024, focusing on procurement for various food and beverage items for distribution in Northern Europe. It includes an extensive list of items categorized by stock number, descriptions, units of measure, and pricing tiers. The solicitation specifies three distribution tiers with differing quantities and periods but does not provide any specific pricing information. It aims to secure wholesale food supplies, ranging from dairy products like milk and cheese to various sauces and frozen foods, reflecting a comprehensive approach to meet nutritional needs for programs supporting military or federal agencies. The content emphasizes the importance of cost evaluations, supplier qualifications, and adherence to government standards while promoting competitive sourcing in federal government procurement processes. Ultimately, this solicitation seeks to enhance food service capabilities through systematic procurement and compliance with federal guidelines.
    The government file pertains to Solicitation # SPE300-24-R-0024, focused on procurement in the Northern Europe region. It outlines requirements for various food and supply items, categorized into multiple tiers based on distribution needs. The document details numerous products, including milk, beverages, sauces, proteins, and dry goods, along with specific stock numbers and unit measurements. Each item is evaluated based on pricing, aggregate amounts, and distribution categories to ensure fair procurement practices for military or government-related operations. The pricing structures are designed to accommodate both CONUS and OCONUS distribution methods, including refrigerated and frozen products. This solicitation emphasizes transparency and competitive bidding, aiming to procure quality provisions while adhering to federal guidelines and regulations. Overall, the document serves as a framework for suppliers to engage in the procurement process, ensuring the government meets its operational needs efficiently and effectively.
    This government solicitation, SPE300-24-R-0024, pertains to the procurement of food and grocery supplies for the Northern Europe region. It outlines various product categories, including dairy, beverages, sauces, and meats, specifying quantities and sizes for each item required. The document includes detailed pricing structures across multiple tiers, including both frozen and dry categories, and highlights evaluation factors like aggregate product prices. The solicitation encourages competitive offers, with a focus on exact pricing and availability, to receive comprehensive bids from suppliers. Additionally, it identifies the necessary compliance standards and requirements for product quality. The document serves as a formal request for proposals, emphasizing the institutions' dedication to maintaining supply chain integrity while facilitating food service operations. Overall, this solicitation aims to ensure the timely and effective provision of essential food supplies to fulfill operational needs in a government context.
    The document outlines the requirements for submitting a quote for the Defense Logistics Agency's solicitation SPE300-24-R-0024 related to subsistence supplies in Northern Europe. Manufacturers must complete the DLA Troop Support OCONUS Subsistence Price Documentation Sheet, providing detailed information including manufacturing facility details, point of contact, item description, pricing, and payment terms. Specific sections require manufacturers to disclose product prices, applicable discounts, and the duration for which the price quote is valid. The sheet emphasizes the need for accuracy and prohibits alterations to its structure. Completion of this documentation is essential for validating the quote, ensuring compliance with federal procurement protocols, and facilitating military logistics. This process illustrates the structured approach of government RFPs aimed at ensuring transparency and accountability in defense logistics.
    The DLA Troop Support Performance Questionnaire is designed to collect comprehensive feedback regarding federal contract performance. It aims to gather factual and accurate information to assist in awarding contracts, ensuring evaluators have no need for follow-up clarifications. The document requests details such as the evaluator's name, agency, contact information, contract specifics, and a description of the supplies or services provided. The questionnaire includes a series of rating questions focusing on key performance areas: warehousing operations, quality control of products, customer support, fill rates, financial management, and overall contract performance. Respondents are prompted to rate their experiences using a scale from "Excellent" to "Unacceptable" and can provide additional comments on any significant issues or instances of exceptional service. In essence, this questionnaire seeks to evaluate contractor performance systematically within the context of federal contracting processes, ensuring accountability and supporting informed decision-making for future contracts.
    The DLA Internet Bid Boards System (DIBBS) outlines procedures for vendors to submit proposals for federal Requests for Proposals (RFPs), Invitations for Bids (IFBs), and Requests for Quotes (RFQs). It emphasizes electronic submission as the preferred method, allowing vendors to upload completed offers and associated documents. Proper completion and signing of offers according to solicitation requirements are essential before submission, as changes cannot be made after submission, only additions of new documents. The file submission must adhere to specific guidelines regarding file size, naming conventions, and acceptable formats. Critical provisions regarding late submissions are highlighted, specifying that vendors are responsible for timely delivery to designated government offices. The system also facilitates tracking of previously submitted offers, allowing vendors to update their submissions before solicitation closure. The document serves as a crucial guide for compliance with submission standards while detailing operational procedures within government procurement processes.
    The document provides detailed instructions for using the DoD Safe electronic platform to transmit proposals for federal solicitations, specifically for the DLA Troop Support. It outlines the process for creating a Drop-off, which involves sending files (up to 25 totaling 8 GB) to designated recipients. Key steps include confirming a Drop-off via URL link valid for 14 days, encrypting files if necessary, and ensuring communication of the Encryption Passphrase separately to ensure recipient access. It is essential for offerors to verify receipt of proposal transmissions and note that proposals are considered timely based on the Drop-off notification email's timestamp. The document stresses the importance of adhering to set deadlines and explains the limitations of the DoD Safe system, which is not recommended for urgent file transfers due to variable delivery times. Overall, this guidance is critical for ensuring compliance with submission protocols in federal RFPs, protecting sensitive information, and meeting submission deadlines.
    The document outlines the Electronic Data Interchange (EDI) implementation guidelines for the Subsistence Total Ordering and Receipt Electronic System (STORES) used by the Defense Logistics Agency (DLA) Troop Support. Updated in May 2022, it details procedures for EDI communication pertaining to catalog submissions, purchase orders, and invoices, ensuring the effective exchange of information between vendors and DLA Troop Support. The guidelines cover the EDI testing process, requiring successful testing of transaction sets 832 (catalog), 850 (purchase order), and 810 (invoice) before contracts go live. Additionally, the document specifies production procedures, including recommended transmission schedules for catalog updates, and outlines problem recovery protocols in case of errors. Key requirements for submitting the 832 catalog are detailed meticulously, highlighting mandatory, conditional, and optional elements necessary for compliance. This guidance serves a vital role in streamlining logistics and ensures that vendors understand the EDI processes necessary to fulfill government contracts, emphasizing consistency, accuracy, and adherence to established regulations within the context of federal procurement systems.
    The document comprises a Q&A log related to a solicitation by the Defense Logistics Agency (DLA) Troop Support, specifically concerning changes in requirements and clarifications for offerors responding to the request for proposals (RFP). Key discussions include the increase in the Days of Supply (DOS) requirement from 60 to 90 days, which necessitates reevaluation of warehousing solutions without mandating resubmission from all offerors. Significant insights reveal the rationale involves market conditions warranting a larger stock on hand to mitigate supply chain disruptions, alongside updates to the product catalog driven by increasing user requirements. The log systematically addresses various offeror queries on topics ranging from submission guidelines for financial proposals, adjustments to the pricing spreadsheet, and specifics about inventory handling under the new requirements. Notably, responses clarify that previous submissions may remain valid unless significant proposal changes occur. Overall, the document illustrates DLA's commitment to transparency and communication with potential contractors, emphasizing the importance of adapting to evolving logistical needs without overburdening offerors with unnecessary resubmission requirements.
    The document outlines a federal solicitation (SPE300-24-R-0024) aimed at procurement for various food and supply items in Northern Europe, presumably targeting military or governmental operations. It includes a detailed listing of food products, such as beverages, snacks, canned goods, and condiments, along with their respective stock numbers and quantities. Price evaluations are noted, but all listed prices are currently marked as zero, indicating pending quotes or unfinished assessments. The solicitation emphasizes distribution categories, including CONUS (Continental United States) and OCONUS (Outside the Continental United States) with differentiated pricing tiers. Key sections also outline product specifications, required evaluation units per item, and the structured distribution approach, including allowances for exceptions. The document serves as a template for vendors to prepare bids, ensuring compliance with government procurement standards while enhancing supply readiness in specific regions. In essence, it reflects the government's initiative to source food supplies efficiently, maintaining operational support in Northern Europe.
    The document outlines the federal solicitation SPE300-24-R-0024 for a Subsistence Prime Vendor contract targeting Northern Europe. It details administrative requirements, including submission deadlines for proposals, which range from March 31, 2025, to August 11, 2025. Offers must be through the DLA Internet Bid Boards System (DIBBS) or the DoD Safe electronic platform. The government reserves the right to cancel the solicitation at any time, without financial liability for incurred costs. The document mandates compliance with various Federal Acquisition Regulation (FAR) clauses ensuring ethical conduct, registration in the System for Award Management (SAM), and adherence to business ethics. Additionally, a pre-proposal question deadline is set for February 14, 2025. Offerors must maintain a detailed submission format, including pricing and performance plans, and provide comprehensive documentation on quality control, transportation, and product management. By outlining these requirements, the document aims to secure reliable subsistence supply channels for military operations in the specified region while emphasizing compliance and accountability in contractor selection. This RFP underscores the government’s objective to engage with vendors committed to providing quality products in full regulatory compliance.
    The document outlines Solicitation # SPE300-24-R-0024, a Request for Proposal (RFP) focused on various food and beverage supplies needed for distribution in Northern Europe. The RFP lists a comprehensive catalog of items, including dairy, beverages, condiments, and frozen goods, detailing their stock numbers and packaging measures. The evaluation process incorporates weighted pricing models to ascertain cost-effectiveness and total distribution costs across multiple tiers, indicating an emphasis on precise pricing for potential contractors. The solicitation notably addresses required quantities, packaging specifications, and delineates responsibilities like inspections and distribution strategies. It also sets forth criteria for price adjustments and exceptions based on product category, emphasizing adherence to federal procurement processes. Overall, this RFP demonstrates the government’s structured approach to acquiring essential supplies while ensuring competition and transparency among bidders in compliance with federal guidelines.
    The document outlines a government Request for Proposal (RFP) for procurement of various food and beverage products meant for distribution in the Northern Europe region. It lists a variety of goods, including dairy, meats, beverages, and condiments, specifying item descriptions and stock numbers. The RFP emphasizes pricing tiers for offers and requires detailed pricing breakdowns aligned with specific distribution categories, emphasizing the importance of competitive pricing. Offerors must submit responses accordingly, and the proposals will be evaluated based on weighted product prices and total distribution costs. The structure of the document indicates a systematic approach to solicit bids from suppliers, aiming to ensure both cost-effectiveness and compliance with various standards for the provided supplies. This RFP is integral to maintaining supply chains for military or government establishments operating in the specified region, showcasing the government's commitment to efficient procurement processes.
    The document, SPE300-24-R-0024, outlines the solicitation for the Subsistence Prime Vendor contract in Northern Europe. It details the administrative requirements for offers due by April 2025, emphasizing the necessity for proposals to be submitted via the DLA Internet Bid Boards System (DIBBS) or the DoD Safe electronic platform. Key components include instructions for vendor registration through the System for Award Management (SAM), compliance with specified FAR clauses, and the importance of ethical conduct as outlined in the Contractor Code of Business Ethics. The document also addresses tax implications under FAR 52.229-11 and 52.229-12 for foreign procurements. Additionally, it establishes timelines for pre-proposal questions, highlighting that vendors must provide comprehensive information, including pricing spreadsheets, past performance questionnaires, and certification forms. The contracting officer retains the right to cancel the solicitation without liability for proposal preparation costs, ensuring that all submissions are meticulously reviewed against the outlined requirements. The document serves as a guideline for offerors, underscoring compliance expectations, submission protocols, and the significance of ethical practices within government contracting processes, reflecting the government’s commitment to transparency and accountability in procurement.
    The document details Request for Proposal (RFP) SPE300-24-R-0024 issued by the Defense Logistics Agency's Troop Support Directorate of Subsistence, with an offer due date of March 31, 2025. It outlines the acquisition type, noting it is unrestricted and encourages participation from small businesses, including women-owned and service-disabled veteran-owned businesses. The file includes essential clauses and provisions concerning contractor responsibilities and compliance, specifically regarding telecommunications equipment and cybersecurity standards. Attachments providing additional solicitation details, pricing, past performance inquiries, and submission instructions are also referenced. Key clauses added to Part 12 include those regarding the representation of telecommunications usage and whistleblower rights. Overall, the solicitation serves as an invitation for suppliers to provide designated supplies or services under specified federal guidelines while adhering to security and ethical standards mandated for government contracts.
    The document details Request for Proposal (RFP) SPE300-24-R-0024 issued by the Defense Logistics Agency's Troop Support Directorate of Subsistence, with an offer due date of March 31, 2025. It outlines the acquisition type, noting it is unrestricted and encourages participation from small businesses, including women-owned and service-disabled veteran-owned businesses. The file includes essential clauses and provisions concerning contractor responsibilities and compliance, specifically regarding telecommunications equipment and cybersecurity standards. Attachments providing additional solicitation details, pricing, past performance inquiries, and submission instructions are also referenced. Key clauses added to Part 12 include those regarding the representation of telecommunications usage and whistleblower rights. Overall, the solicitation serves as an invitation for suppliers to provide designated supplies or services under specified federal guidelines while adhering to security and ethical standards mandated for government contracts.
    The document is an amendment to a federal solicitation that modifies contract SPE30024R0024. It acknowledges administrative changes and extends the time for submission of offers related to the solicitation. Pre-proposal questions will be accepted until February 14, 2025, by 3:00 PM Philadelphia time. The closing date for the solicitation remains March 31, 2025, at 3:00 PM Philadelphia time. The amendment clarifies that all other terms and conditions from the referenced solicitation remain unchanged. The document outlines the requirements for contractors to acknowledge receipt of the amendment, emphasizing the importance of submitting questions and offers before the specified deadlines. Overall, this amendment serves to ensure clarity and encourage participation in the bidding process for the government contract, maintaining compliance with federal regulations.
    The document is an amendment to a federal solicitation that modifies contract SPE30024R0024. It acknowledges administrative changes and extends the time for submission of offers related to the solicitation. Pre-proposal questions will be accepted until February 14, 2025, by 3:00 PM Philadelphia time. The closing date for the solicitation remains March 31, 2025, at 3:00 PM Philadelphia time. The amendment clarifies that all other terms and conditions from the referenced solicitation remain unchanged. The document outlines the requirements for contractors to acknowledge receipt of the amendment, emphasizing the importance of submitting questions and offers before the specified deadlines. Overall, this amendment serves to ensure clarity and encourage participation in the bidding process for the government contract, maintaining compliance with federal regulations.
    This document is an amendment to a contract solicitation, specifically extending the closing date for submissions. The original contract ID is SPE30024R0024, and the modification number is referenced in block 14. The closing date for offers has been moved from January 30, 2025, to April 15, 2025, with a specified time of 3:00 PM. The document states that all other terms and conditions of the solicitation remain unchanged and in full effect. Contractors are required to acknowledge receipt of the amendment through specified methods to ensure their offers are considered. The amendment is issued under the authority of federal acquisition regulations concerning administrative changes. This modification aims to ensure continued compliance and engagement from potential bidders for the procurement process.
    The document outlines an amendment to a solicitation for a government contract, identified as SPE30024R0024. It specifically addresses changes regarding the submission date for offers, extending the deadline from January 30, 2025, to May 1, 2025, at 3:00 PM. The amendment emphasizes that all other terms and conditions of the existing contract remain unchanged. Contractors are required to acknowledge receipt of this amendment and are provided options for doing so, including by telegram or letter. Additionally, the document includes a list of attachments, including a conformed solicitation and an updated pricing spreadsheet that replaces a previous version. This amendment reflects standard procedural adjustments in federal contracting and highlights the importance of clear communication and compliance in the bidding process.
    The document outlines an amendment to a solicitation for a government contract (Contract ID: SPE30024R0024). The primary purpose is to extend the deadline for submitting offers from January 30, 2025, to May 6, 2025, while all other terms and conditions remain unchanged. It includes details of a mathematical correction in the pricing spreadsheet, requiring updates in specific cells, and introduces a revised column header related to case pricing for certain items. This amendment emphasizes the importance of contractors acknowledging the amendment in their proposals and specifies that failure to do so may result in rejection. The document is issued by the DLA Troop Support Directorate of Subsistence and includes relevant codes and instructions for the contractors. Overall, this amendment serves to facilitate accurate submissions and ensure compliance among bidders for government procurement processes.
    This document is an amendment to a federal solicitation, specifically for contract ID SPE30024R0024, which involves modifications to pricing requirements and spreadsheet updates. The amendment clarifies that the pricing formulas in certain cells of the Market Basket tab in the pricing spreadsheet have been revised, and requires bidders to enter “N” for pallet quotes. Additionally, it updates the value in cell E79 from 300 to 6000. The solicitation closing date remains unchanged as May 6, 2025, at 3:00 PM Philadelphia time. Contractors must acknowledge receipt of this amendment to ensure their offers are considered, and all other terms and conditions from the original solicitation continue to apply without change. The document underscores the importance of adhering to updated pricing structures and deadlines in government procurement processes.
    This document details an amendment to a government solicitation for contract SPE30024R0024. The main purpose is to update the project requirements and key specifications. Notably, it includes an extension of the solicitation closing date to August 11, 2025, at 3:00 PM, and introduces a revised Pricing Spreadsheet, incorporating historical demand data. Additionally, the initial requirement for sixty days of supply has been replaced with a ninety-day requirement throughout the solicitation. The amendment clarifies that vendors who previously submitted proposals do not need to resubmit but can amend existing offers prior to the new closing date, specifying either a full replacement or revision of certain elements. An important context within the amendment pertains to sites transitioning to Poland Provided Logistics Support (PPLS), which may significantly impact demand forecasts for suppliers as operations evolve over the coming years. Overall, the document serves to enhance communication with contractors, ensures compliance with federal procurement regulations, and maintains contract clarity while allowing flexibility in vendor proposals.
    The document outlines an amendment to a solicitation and contract modification under the DLA Troop Support. It specifies an extension for pre-proposal questions, which must be submitted by July 23, 2025, at 3:00 PM Philadelphia time, and notes that the solicitation closing date remains unchanged on August 11, 2025, at 3:00 PM Philadelphia time. This amendment clarifies that all terms and conditions from the original solicitation stay in effect unless stated otherwise in the amendment. The document further emphasizes the importance of acknowledging receipt of the amendment to avoid rejection of offers. Overall, the amendment serves to facilitate communication with bidders while maintaining the integrity of the original solicitation timeline.
    This document is an amendment to an existing federal solicitation, Contract No. SPE30024R0024, issued by the Defense Logistics Agency (DLA) Troop Support. The amendment extends the deadline for bid submissions without altering the primary terms and conditions of the solicitation, which remains effective. Key elements include the acknowledgment requirement for contractors regarding this amendment and the specification that the solicitation closing date is maintained as August 11, 2025, at 3:00 PM Philadelphia time. Additional attachments provided include responses to contractor questions and a pricing spreadsheet essential for proposal submissions. The structure emphasizes the procedural aspects of modifying existing contracts and highlights the necessity for contractors to adhere to updated requirements while ensuring compliance with federal contracting regulations. Overall, the document serves to clarify and facilitate ongoing procurement processes within the government contracting framework.
    This document is Amendment 0012 to Solicitation SPE30024R0024, issued by DLA Troop Support, Directorate of Subsistence. Its primary purpose is to clarify instructions regarding the submission of pricing spreadsheets for offerors who have already submitted an offer. The amendment specifies that any resubmitted pricing spreadsheet must be the revised version from Amendment 0011, completed in its entirety. The solicitation closing date, August 11, 2025, at 3:00 PM Philadelphia Time, remains unchanged. This amendment emphasizes that all other terms and conditions of the original solicitation, as previously changed, remain in full force and effect. The document also includes standard contractual clauses for modifications and amendments, indicating that the contractor may be required to sign and return copies of the document.
    The document outlines the request for proposals (RFP) for the Subsistence Prime Vendor program in Northern Europe under solicitation SPE300-24-R-0024. It details the submission requirements and critical dates, including the due date for offers on April 15, 2025. Proposals must be submitted electronically via the DLA Internet Bid Boards System (DIBBS) or DoD Safe platforms. Key stipulations include compliance with federal regulations, including certifications regarding business ethics, non-engagement in sanctioned activities, and maintaining registration in the System for Award Management (SAM). Additionally, the RFP emphasizes the necessity for a written code of business ethics, the importance of prompt and transparent communication during the proposal process, and adherence to small business subcontracting goals. Detailed instructions on proposal formatting, including page limits and required submissions, are provided, alongside reminders about essential documentation such as past performance questionnaires and pricing information. The solicitation's content is structured to guide offerors through compliance stipulations and expected deliverables, ensuring a competitive and equitable procurement process. It reflects the government's commitment to ensuring that contracting processes adhere to regulatory frameworks while promoting fair competition within the defense logistics sector.
    The document presents a Q&A log related to a Solicitation for Subsistence Prime Vendor (SPV) services in Northern Europe by the Defense Logistics Agency (DLA) Troop Support. It addresses inquiries from offerors about various aspects of the Request for Proposal (RFP) SPE30024R0024, including the current contract, inventory policies, delivery schedules, and operational requirements. Key responses clarify that inventory values and annual contract figures have been asserted but may require further amendments for accuracy. Customers supported by the contract include U.S. Navy and other military branches, with specific delivery locations outlined to be provided in subsequent amendments. The document emphasizes compliance with security, labor, and customs regulations while specifying that all inquiries for additional information will guide revisions to the solicitation. Offerors are advised to reference the RFP and associated attachments for deeper insights. A notable point is that several requests for additional data, such as historical order volumes or exact delivery addresses, will not be provided or require considerable revisions, grounding the document's utility in its focus on clarity and the evolving context of U.S. military supply chain logistics in Europe.
    The document outlines active delivery locations as of March 19, 2025, specifically detailing various sites across multiple European countries, including Belgium, Germany, Denmark, and the United Kingdom, among others. It lists numerous military and logistics locations with country codes, indicating a structured format for organizing the information. Key locations in Belgium include Kleine Brogel and Chievres, while Germany features multiple listings in Ramstein, Kaiserslautern, and Baumholder. Other countries listed are Estonia, the Czech Republic, and several in Poland, such as Poznan and Torun. The document's primary purpose appears to be for logistical planning and resource allocation in relation to government RFPs and federal grants. The repetition of some delivery sites suggests a need to account for multiple facilities within specific countries. This information is vital for organizing military supply chains and ensuring efficient delivery and support operations across various nations.
    The document is an amendment to a solicitation/modification of a contract under contract ID SPE30024R0024. It specifically addresses changes and extensions related to the original solicitation, informing stakeholders that all terms remain in effect except for the alterations noted in the amendment. Key details include extended timelines for offer submissions and a list of attachments that support the amendment, including a conformed solicitation, current delivery locations, and responses to questions from the proposal stage. The amendment outlines the formal requirements for contractors to acknowledge receipt and confirm understanding of the changes. Additionally, it indicates that DLA Troop Support will submit responses to RFP questions across two separate amendments. The document emphasizes the continuing obligation for contractual compliance while presenting important procedural and administrative updates, ensuring clarity and adherence to federal contracting regulations. Overall, it serves to inform and guide contractors involved in the procurement process.
    The document is a Request for Proposal (RFP) from the Defense Logistics Agency (DLA) for the Subsistence Prime Vendor Northern Europe, detailing the submission process, administrative requirements, and contract terms. Key points include an offer deadline of April 15, 2025, with proposals submitted exclusively through the DLA Internet Bid Boards System (DIBBS) or DoD Safe. The document outlines prerequisites for bidders, including registration in the System for Award Management (SAM), and emphasizes compliance with various legal standards, such as the Iran Sanctions Act. Additionally, it details contractor obligations concerning ethics, quality control, invoicing, and payment processes. The RFP includes color-coded amendments and a table of contents that organizes information into sections like contract clauses, statement of work, transportation provisions, security measures, and pricing information, all crucial for potential bidders. It also highlights contractor responsibilities in case of product recalls and provides contacts for further inquiries. This solicitation underscores the government’s emphasis on ethical conduct, quality assurance, and contractor compliance with federal laws while engaging vendors for food and non-food supplies in Northern Europe.
    The document outlines Solicitation # SPE300-24-R-0024, focusing on the procurement of various food products and services for federal use in Northern Europe. It includes a detailed listing of items such as milk, juice, sauces, snacks, and a range of frozen and chilled goods, indicating their stock numbers, descriptions, and units of measurement. Pricing structures are referenced, although no specific prices are provided, which likely indicates ongoing evaluations or bids from prospective suppliers. The solicitation emphasizes the need for specific product formats and packaging standards suitable for military or government consumption. Overall, this RFP serves to support federal agencies in acquiring necessary food supplies, highlighting the government's structured approach to ensuring quality and compliance in procurement processes.
    This document presents a Question and Answer log regarding the Subsistence Prime Vendor (SPV) Northern Europe Solicitation SPE30024R0024 issued by DLA Troop Support. It addresses queries from potential offerors concerning the Request for Proposal (RFP), detailing responses that clarify solicitation requirements and inventory management specifics. Key points include amendments to stock inventory valuations, clarifications on product specifications, and distribution price categories. Several inconsistencies between Market Basket items and the Current Catalog were corrected, with several items being reclassified to accurate pricing categories. The document emphasizes changes through Amendment 0004, aimed at aligning bidder expectations with government standards and enhancing product sourcing logistics. The overarching goal of the RFP is to establish an efficient supply chain for military food services in Northern Europe, ensuring compliance with pricing, inventory, and operational demands. The changes and clarifications are crucial for potential contractors to understand the procurement and distribution processes expected by the government.
    The document is an amendment to a solicitation/modification of a government contract, specifically identified as SPE30024R0024. It extends the submission deadline for offers, now set for April 22, 2025, at 3:00 PM, allowing additional time for contractors to respond. The amendment includes general administrative changes and updates key attachments, such as the revised pricing spreadsheet and responses to previous questions regarding the Request for Proposal (RFP). The solicitation's terms and conditions remain unchanged except for the extended closing date. Crucial attachments provided include a conformed solicitation document and responses to RFP questions, which are meant to clarify previous inquiries from potential contractors. This amendment demonstrates the government's commitment to transparency and fairness in the procurement process, ensuring that all interested parties have adequate time and information to prepare their proposals effectively.
    This document is an amendment for a government solicitation identified as SPE30024R0024, detailing updates related to a federal contract. The amendment states that the solicitation's due date for proposals, initially set for May 1, 2025, remains unchanged. Acknowledgment of the amendment is required from offerors, who must incorporate any revisions into their submissions. It clarifies that the estimated annual sales value of $77 million is subject to fluctuations based on actual market conditions, particularly concerning the U.S. military's Class I support within the EU. Additionally, it corrects a labeling error in the pricing spreadsheet, indicating it should state “Case Price? Y/N” instead of the previously mentioned title. The amendment underscores the importance of timely communication, restricting feedback to pre-proposal questions received by February 14, 2025, while noting that responses will not be publicly posted. Overall, the document ensures amendments are officially recognized and clarifies procedural requirements for potential contractors participating in this federal solicitation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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.
    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.
    SPE300-26-R-0001 Subsistence Prime Vendor (SPV) Southwest Asia and Eastern Africa (SWAEA)
    Dept Of Defense
    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.
    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 - 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.
    Solicitation/Request for Proposal (RFP) for Subsistence Prime Vendor (SPV) Support for Republic of Korea
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for a Subsistence Prime Vendor (SPV) contract to provide food and related services to military and federally funded customers in the Republic of Korea. The contract, identified as RFP SPE300-25-R-0061, requires the selected vendor to supply a wide range of perishable and semi-perishable food items, as well as non-food service operating supplies, ensuring comprehensive subsistence support across various military facilities. This opportunity is significant for maintaining the operational readiness of U.S. forces in the region, with an estimated contract value of $217.5 million, potentially reaching $435 million, and a guaranteed minimum of $21.75 million. Proposals must be submitted via the DLA Internet Bid Boards System (DIBBS) by January 6, 2026, with further inquiries directed to Gwen Garcia at gwen.b.garcia@dla.mil or Donovan Mahoney at donovan.mahoney@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.
    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.