Title: Request for Information (RFI) for Fresh Milk & Dairy Products support for DLA Troop Support to military customers in the state of Virginia (Norfolk Land and Ships Customers). (SPE300-25-R-0060)
ID: SPE300-25-R-0060Type: Sources Sought
Overview

Buyer

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

NAICS

Dairy Product (except Frozen) Manufacturing (31151)

PSC

DAIRY FOODS AND EGGS (8910)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is preparing to solicit proposals for the provision of fresh milk and dairy products to military customers in Norfolk, Virginia. This procurement aims to establish firm-fixed price contracts for Market Ready Fresh Milk and Dairy items, catering to both ships and land customers in the Norfolk area, with a contract performance period from December 28, 2025, to December 30, 2028. The goods are essential for supporting military operations and ensuring the nutritional needs of service members are met. Interested vendors can find the solicitation on the DLA Bid Board Systems (DIBBS) website, with the anticipated release in late September 2025; inquiries can be directed to Lauren Thaire at lauren.thaire@dla.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the updated ship assignments for the year 2022 concerning various naval vessels, including aircraft carriers, amphibious assault ships, logistics vessels, and submarines, alongside their respective classification, hull numbers, and Unique Identification Codes (UIC). It lists assignments for notable ships such as the USS John C. Stennis (CVN-74) and USS Gerald R. Ford (CVN-78). Each ship is categorized by its class and designated UIC, facilitating identification and operational planning. Additionally, the document includes contact information for service/emergency responses and operational logistics, indicating a structured approach to managing maritime operations across federal and potentially state levels. This communication appears critical for coordinating naval assets in support of defense readiness and efficiency in resource allocation, reflecting the government's commitment to maintaining military readiness through organized ship assignment logistics.
    The Statement of Work (SOW) outlines delivery schedules for food services at various naval facilities in Virginia. Specifically, it identifies multiple locations, such as Naval Station Norfolk, NAS Oceana, and the Portsmouth Naval Hospital, detailing the days and times for meal deliveries. The SOW specifies delivery frequency, including some locations requiring services two days per week and others five days per week during designated time frames. Each facility’s address is provided alongside its respective delivery windows, which range from 0600 to 1300 hours. This document is intended for procurement purposes, likely connected to a federal government Request for Proposal (RFP) aimed at sourcing food service contractors for military installations. By stipulating precise delivery requirements, it seeks to ensure that the service provider can meet the operational needs of the facilities while maintaining compliance with military standards.
    The government is conducting market research for potential long-term contracts for supplying fresh milk and dairy products to the Department of Defense (DoD) military customers in the Norfolk area of Virginia. The contract is intended for a 36-month period, with a maximum value of $6,299,781.12. Interested vendors are encouraged to respond to a series of questions regarding their ability to provide the necessary products, their manufacturing capabilities, past government contracts, and their registration status with the System for Award Management (SAM). Additionally, vendors must outline any need for subcontracting and offer insights on operational limitations. The document outlines the requirement for vendors to interact with the Subsistence Total Order and Receipt Electronic System (STORES) for processing orders, ensuring compliance with transaction standards for invoicing and catalog maintenance. The responses should be sent to designated contacts by July 7, 2025. The call for proposals emphasizes the necessity for suppliers to manage quality and adhere to regulations imposed by health authorities, ensuring efficient delivery to military consumers.
    The document outlines a federal Request for Proposal (RFP) for the supply of fluid milk and other dairy items to ship and land-based customers in the Norfolk area for specific periods between December 2025 and June 2028. It includes detailed schedules for items categorized into fluid milk and two tiers of other dairy products, with estimates for usage over designated periods. The first group targets ship customers with items such as assorted milks (chocolate, low-fat, nonfat), sour cream, and yogurt, highlighting required container sizes and estimated quantities. The second group focuses on land-based customers, providing similar items while emphasizing specific logistical considerations. Each item includes a unit of measurement, expected usage, and a section for pricing, although many pricing cells are marked as 'N/A,' indicating missing information. The document aims to solicit competitive bids from suppliers, ensuring a structured procurement process for essential dairy products while adhering to governmental regulations. This initiative is critical to maintaining supply consistency for federal needs, reflecting a comprehensive approach to resource management within the public sector.
    Similar Opportunities
    Pre Solicitation Synopsis for SPE300-26-R-0008 Kansas, Nebraska, Iowa, Northern Missouri and Surrounding Region
    Buyer not available
    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.
    Presolicitation Notice For Subsistence Prime Vendor Support For Puerto Rico
    Buyer not available
    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.
    Request for Proposals (RFP) for Fresh Fruit & Vegetable support for DLA Troop Support's DoD troop and Non-DoD school customers located in San Antonio, TX
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for a comprehensive supply of fresh fruits and vegetables to support both DoD troop customers and Non-DoD school customers in San Antonio, Texas. This procurement, set aside exclusively for small businesses, aims to fulfill indefinite quantities of produce over a five-year contract period, with an estimated maximum total contract value of $307.5 million. The goods are critical for ensuring the nutritional needs of military personnel and school children, emphasizing the importance of quality and compliance with agricultural standards. Interested vendors must possess a valid Perishable Agricultural Commodities Act (PACA) license and submit proposals by the specified deadline, with the solicitation expected to be issued in December 2025. For further inquiries, potential offerors can contact Tiffanie Barthelemy at tiffanie.barthelemy@dla.mil or Amy Paradis at amy.paradis@dla.mil.
    Pre-Solicitation - Phoenix Arizona Region
    Buyer not available
    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.
    SPE30026R0016 - Northern Kentucky , West Virginia, Ohio and Indiana and the Surrounding Areas
    Buyer not available
    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.
    UTAH
    Buyer not available
    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
    Buyer not available
    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.
    MODULAR OPERATIONAL RATION ENHANCEMENT (MORE)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the Modular Operational Ration Enhancement (MORE), which serves as an enhancement to the Meal-Ready-to-Eat Ration (MRE) and the First Strike Ration (FSR). This procurement focuses on two specialized types of rations: Type I for High Altitude/Cold Weather and Type II for Hot Weather, designed to provide additional calories and nutrients to Warfighters operating in extreme environments. The MORE is critical for maintaining the health and performance of military personnel in areas where nutrient depletion occurs rapidly. Interested vendors can contact Julian Coppertino at julian.coppertino@dla.mil or Tiendung Nguyen at tiendung.nguyen@dla.mil for further details, with the presolicitation notice indicating the importance of adhering to rigorous packaging and inspection standards outlined in the associated documentation.
    SERVMART walk-in store
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for an Indefinite Quantity/Indefinite Delivery contract to operate the Norfolk Super SERVMART, a commercial retail store and logistics service for U.S. Naval activities in the Virginia Hampton Roads area. The contractor will be responsible for providing a wide range of supplies, including office, janitorial, and tactical equipment, while ensuring high availability rates and compliance with federal acquisition regulations, including Buy American clauses. This procurement is critical for supporting U.S. Naval operations by offering quality items at discounted prices, with a focus on AbilityOne products. Interested vendors must submit their proposals by January 7, 2026, and can direct inquiries to Contract Specialist John Hill at john.c.hill36.civ@us.navy.mil or Contracting Officer Samantha Miller at samantha.a.miller77.civ@us.navy.mil.
    FMC Devens Dairy 2nd Quarter
    Buyer not available
    The U.S. Department of Justice, specifically the Federal Bureau of Prisons at the Federal Medical Center (FMC) Devens, is soliciting quotes for dairy products for the second quarter of fiscal year 2026. The procurement includes a variety of dairy items such as skim milk, cottage cheese, and sour cream, with specific requirements for packaging, certification, and delivery conditions. These products are essential for the food service operations at FMC Devens, ensuring the provision of quality nutrition to the facility. Interested vendors must submit their quotes by December 11, 2025, at 10:00 AM EST, and are encouraged to direct any questions to the designated contacts, Eve Rivera-White and Cara Hern, via email.