Market Ready Grocery Items for Oahu
ID: SPE302-25-R-0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA TROOP SUPPORT INDO-PACIFICJBPHH, HI, 96860-3520, USA

NAICS

General Line Grocery Merchant Wholesalers (424410)

PSC

CONDIMENTS AND RELATED PRODUCTS (8950)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 6:00 PM UTC
Description

The Defense Logistics Agency (DLA) Troop Support Indo-Pacific is seeking proposals from qualified small businesses to supply a full line of perishable and semi-perishable grocery items for Department of Defense (DoD) and Non-DoD customers on the Island of Oahu, Hawaii. The procurement aims to establish a Simplified Indefinite-Delivery Contract (SIDC) for a variety of grocery items, ensuring compliance with quality standards, including USDA Grade A or better, and adherence to the Berry Amendment, which mandates that items be sourced and manufactured in the United States. Interested vendors must demonstrate their capabilities in sourcing, purchasing, storing, and delivering these items while maintaining acceptable fill rates and customer service levels. Proposals are due by 08:00 PM HST on April 18, 2024, and should be submitted via email to the primary contacts, Bradley Ah Nee and Kirk Moser, with a contract value expected to range up to $1 million over a five-year period.

Point(s) of Contact
Kirk Moser(808) 786-2136
Kirk.Moser@dla.mil
Files
Title
Posted
Mar 18, 2025, 9:07 PM UTC
The document outlines a Request for Proposal (RFP) for market-ready grocery items intended for Department of Defense (DoD) customers located in Oahu, Saipan, and Tinian. The main focus is on various food products including frozen, fresh, and shelf-stable items to be supplied over a 12-month duration. It specifies distribution fees categorized by various tiers (1-5) to ensure competitive pricing, with the request for vendors to fill in detailed pricing in yellow-highlighted sections. Detailed listings include items with corresponding stock numbers, descriptions, case sizes, and estimated case quantities. Key food categories featured are fruits and vegetables, meats, dairy, and grocery items, along with their respective price structures per case and distribution costs. This extensive inventory serves as a structured guide for vendors to submit competitive bids that align with government purchasing standards and requirements. It emphasizes transparency in pricing and logistics to support military operations in the specified locations, reflecting the importance of reliable supply chains in serving active duty personnel and their dependents.
Mar 18, 2025, 9:07 PM UTC
The document appears to be heavily redacted or corrupted, making it challenging to extract coherent content. However, it seems to relate to federal government RFPs (Requests for Proposals), federal grants, and state or local RFPs. These documents typically outline funding opportunities and project specifications for prospective contractors and grant applicants. The purpose is to solicit proposals that align with governmental objectives, ensuring that all submissions adhere to established guidelines and requirements. While the specific details are obscured, government RFPs generally encompass objectives, eligibility criteria, evaluation processes, and funding amounts. They aim to promote transparency, competition, and effective use of public funds, often emphasizing priority areas like infrastructure development, health services, education, and environmental protection. Overall, the document is likely intended to support federal and state initiatives aimed at fostering economic growth and community development, ensuring all stakeholders understand the requirements for participation in these funding opportunities.
Mar 18, 2025, 9:07 PM UTC
The Subsistence Total Order and Receipt Electronic System (STORES) User Administration guide is designed for vendors to effectively utilize the STORES Catalog application, which enables qualified users to create and manage product catalogs for export to the system. Key functionalities include account management, catalog modification, and reporting. Users are required to have valid email addresses, submit new account requests, and adhere to password management protocols, which require password changes every 60 days. The system has distinct user roles—Vendor, Guest Vendor, and Manufacturer—each with varying permissions for catalog access and modifications. Specific procedures are outlined for logging in, requesting new accounts, resetting passwords, and reactivating inactive accounts. The guide emphasizes security protocols, including session timeouts and notifications for account maintenance. The STORES Catalog is crucial for managing the supply chain within the Defense Logistics Agency, particularly in support of military operations. The detailed instructions ensure compliance with Department of Defense standards and improve operational efficiency in federal procurement processes, aligning with government RFPs and grants to streamline vendor interactions within the military supply framework.
Mar 18, 2025, 9:07 PM UTC
The STORES Web Reconciliation Tool guide, released by DLA Troop Support in September 2019, is designed for Electronic Data Interchange (EDI) vendors to manage order reconciliation tasks related to the Subsistence Total Order and Receipt Electronic System (STORES). The document covers important aspects such as logging into the system, account management, and processes for reconciling invoices, receipts, and orders. Users can navigate through various chapters detailing functions such as mismatched invoices, receipts without invoices, and creating invoices. Additionally, it addresses issues like password management, account reactivation, and fill rate maintenance. The guide emphasizes the importance of proper data handling and reporting to ensure compliance with federal requirements. Key points include the need for secure logins (utilizing certificates), step-by-step instructions for navigating the system, and the consequences of data discrepancies. The document serves as a comprehensive resource for vendors to efficiently manage their interactions with the DLA, ensuring that all transactions are orderly and compliant, reflecting the procedural rigor often found in government RFPs and grant administration.
Mar 18, 2025, 9:07 PM UTC
The Subsistence Total Ordering and Receipt Electronic System (STORES) EDI Implementation Guidelines, updated January 2014, establish protocols for Electronic Data Interchange (EDI) transactions, specifically focusing on catalogs (832), purchase orders (850), and invoices (810) used by vendors and DLA Troop Support. The document details the EDI testing process, outlining necessary contacts, procedures for successful transmission, and requirements for data formats. Key sections include guidelines on catalog requirements, purchase order processing, and transaction acknowledgments. If errors occur during production, prompt action is required to address issues like delays or duplicates. The guidelines underscore the importance of timely communication, specifying that catalog updates must be submitted weekly to avoid payment discrepancies. It includes a thorough breakdown of segment definitions for each transaction type to ensure compliance with federal standards. Overall, this document serves as a comprehensive resource for vendors interfacing with STORES, facilitating efficient supply chain processes within government procurement systems.
Mar 18, 2025, 9:07 PM UTC
The document outlines a federal Request for Proposals (RFP) targeting various state and local agencies for projects aimed at enhancing government operations and infrastructure. Key areas of focus include the procurement of services and resources essential for improving public safety, community development, and environmental sustainability. The RFP emphasizes collaboration among agencies to leverage funding from federal grants and local initiatives effectively. Main objectives include optimizing resource management, expanding access to quality services, and engaging with community stakeholders. Additional details reveal expectations for vendors, including compliance with regulatory standards and submission of cost-effective proposals. This RFP serves as a conduit for fostering partnerships between government entities and private sector organizations while ensuring transparency in procurement processes. By prioritizing innovation and community benefits, the RFP positions itself as a strategic framework for addressing current challenges and enhancing service delivery across jurisdictions.
The file outlines the protocols for Quality Systems Management Visits (QSMVs) and Produce Quality Audits (PQAs) conducted by DLA Troop Support. QSMVs may occur unannounced, triggered by unsatisfactory audit ratings or customer complaints, assessing contractor compliance with contract terms, including storage conditions, product quality, and response to product returns or recalls. The document specifies the contractor's responsibilities for corrective actions following identified issues, which could lead to contract termination if unaddressed. PQAs aim to ensure contractors meet quality standards for produce, involving audits orchestrated by USDA Agricultural Marketing Service representatives and DLA auditors. Each contractor undergoes at least one audit per contract period, with costs borne by the contractor. The audits assess compliance with various food safety standards and categorize findings by severity: acceptable, minor nonconformance, major nonconformance, and critical nonconformance, each requiring specific corrective actions. Documentation of product sourcing is crucial for traceability, especially in cases of hazardous food recalls. The audit results inform the contractor's performance evaluations, with an 85% acceptability deemed necessary. Follow-up audits may be initiated based on initial audit results or customer complaints. This rigorous system emphasizes quality assurance and compliance within federal procurement frameworks.
Mar 18, 2025, 9:07 PM UTC
The document details a "New Item Request Form" designated for controlled unclassified information (CUI) relevant to source selection information under federal regulation FAR 2.101 and 3.104. It outlines a structured format for vendors to submit new items for procurement, including fields for vendor details, contract numbers, item descriptions, pricing, and packaging specifics. Key data points encompass product usage estimates, storage requirements, product grades, and unique features. The form emphasizes the requirement for attaching supporting documentation, such as specifications and labels, to aid cataloging efforts. The form is controlled by the Defense Logistics Agency (DLA) Troop Support Indo-Pacific and is intended for federal use only. This framework serves as a standard procedure for evaluating and processing item requests in government procurement, ensuring compliance and operational effectiveness.
Mar 18, 2025, 9:07 PM UTC
The document outlines a Request for Proposal (RFP) for a long-term subcontract covering the supply of market-ready grocery items for Department of Defense (DoD) personnel and other customers on Oahu, Hawaii. The contract, labeled SPE302-25-R-0003, spans five years with a maximum ceiling of $1,000,000 and a guaranteed minimum order of $10,000, effective from May 15, 2025, to May 14, 2030. Interested vendors must complete a questionnaire detailing their capabilities to source, purchase, store, and deliver the required items, their history of federal government business, and their certification status, among other criteria. The document stresses the importance of the Subsistence Total Order and Receipt Electronic System (STORES) for order processing and requires vendors to be proficient in electronic transactions such as invoices and purchase orders. Additionally, vendors must have internet access for communication and order management, ensuring compatibility with government systems. This RFP is part of a broader effort to maintain efficient supply chain operations for military logistics, emphasizing the need for rigorous vendor qualifications and operational capabilities to meet government requirements efficiently and responsively.
Mar 18, 2025, 9:07 PM UTC
The document outlines a Solicitation for a Simplified Indefinite-Delivery Contract (SIDC) issued by the Defense Logistics Agency (DLA) Troop Support Indo-Pacific. The contract aims to procure market-ready grocery products for Department of Defense (DoD) and Non-DoD customers in Oahu, Hawaii. Key requirements include eligibility criteria for offerors, performance expectations, and a total contract duration of five years with a minimum guarantee of $10,000 and a maximum value of $1 million. The document emphasizes the necessity for offerors to maintain electronic commerce capabilities, adhere to quality standards, and ensure timely fulfillment of orders. It also highlights the importance of ethical practices in business dealings, requiring contractors to establish a code of business ethics. The proposal must satisfy all items in the Schedule of Items, and the evaluation process will follow a Lowest Price Technically Acceptable (LPTA) methodology. Moreover, provisions for economic price adjustments, invoicing, order cancellations, and inspections are detailed, underlining the contract's impact on food supply logistics for military operations. Overall, this solicitation demonstrates the government's commitment to streamlining procurement processes while ensuring quality and compliance.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
(Amended) Full Line Food and Beverage Support for DLA customers in the states of Missouri and Illinois and Surrounding areas
Buyer not available
The Defense Logistics Agency (DLA) Troop Support is seeking a contractor to provide Full Line Food and Beverage Support for DLA customers in Missouri, Illinois, and surrounding areas. The procurement involves delivering various subsistence items on a "just in time" basis, with the contractor required to interface with the Government’s established transaction package and support Electronic Data Interchange transaction sets. This contract, valued at a maximum of $540,638,783.35, 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 2024. For further inquiries, contact Dakota Donnelly at Dakota.donnelly@dla.mil or Vance S. Corey at vance.corey@dla.mil.
DFAC Food Waste Pick-Up and Disposal Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for food waste pick-up and disposal services at government-owned dining facilities located at Schofield Barracks, Wheeler Army Airfield, and East Range Military Reservation in Hawaii. The contractor will be responsible for providing all necessary labor, management, supervision, materials, tools, equipment, supplies, and transportation to ensure compliance with local, state, and federal regulations as outlined in the Performance Work Statement. This opportunity is a total small business set-aside, emphasizing the importance of small business participation in government contracts, and the contract will be awarded on a firm-fixed price basis. Interested contractors must submit their offers by 10:00 AM on May 16, 2025, and are encouraged to attend a site visit scheduled for April 23, 2025. For further inquiries, contact Cierra Urquhart at cierra.s.urquhart.civ@army.mil or Kimberly Feng at kimberly.m.feng.civ@army.mil.
Solicitation Notice for Fresh Fruit and Vegetable support for DoD Troop and USDA School Customers in the Middle Atlantic Zone
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for an indefinite quantity contract to supply fresh fruits, vegetables, and shell eggs to DoD and USDA school customers in the Middle Atlantic Zone. This procurement is specifically set aside for small businesses, requiring vendors to provide USDA Grade Number 1 or better quality products while demonstrating the capability to source, store, and deliver these items with high customer service standards. The contract, which spans five years, emphasizes compliance with quality and pricing requirements, including the necessity for a valid Perishable Agricultural Commodities Act (PACA) license and Good Agricultural Practices (GAP) certifications. Interested parties must submit their proposals by May 6, 2025, at 3 PM EDT, and can contact Marcus Berenato or James Barr for further information.
Pearl Harbor Scale Calibration Repair & Maintenance
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for Scale Calibration Repair and Maintenance services at its Pearl Harbor facility in Hawaii. The contract, which is a total small business set-aside, requires the contractor to provide annual preventive and corrective maintenance for industrial scales, ensuring compliance with federal and state regulations while minimizing operational disruptions. This initiative is crucial for maintaining the operational readiness of equipment used in supporting military services. Interested contractors must submit their quotations by 3:00 PM EST on April 29, 2025, and can direct inquiries to June Lee at june.lee@dla.mil or Matthew Wonch at matthew.wonch@dla.mil.
DLA Energy Hawaii 3.10 Fuel Program Request for Information (RFI) SPE60525RFI1006
Buyer not available
The Defense Logistics Agency (DLA) Energy is issuing a Request for Information (RFI) SPE605-25-RFI-1006 to identify businesses capable of providing ongoing ground fuel support for the DLA Energy 3.10 Fuel Program across the Hawaiian Islands over a five-year period. The program anticipates the procurement of approximately 30 million gallons of various fuel types, including diesel, gasoline, and biodiesel, with specific compliance to federal, state, and local environmental regulations as outlined in associated specifications. Interested companies are required to submit their capabilities, including details on fuel supply, transportation methods, and socioeconomic program participation, by April 28, 2025, to the designated contacts, Hannah Savine and Kimberly Binns, at the provided email addresses.
Pre-solicitation Fresh Fruit & Vegetable support for DLA Troop Support's DoD (Troop) and Non-DoD (USDA school and reservation) customers located in El Paso, Texas and New Mexico
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is preparing to solicit proposals for a comprehensive supply of fresh fruits and vegetables to support both DoD troops and Non-DoD USDA school customers in the El Paso, Texas, and New Mexico regions. The procurement aims to establish a contract that will provide indefinite quantities of produce over a five-year period, with a maximum total contract value of $82,005,000, emphasizing the importance of quality and compliance with food safety standards. Interested small businesses must possess a valid Perishable Agricultural Commodities Act (PACA) license and a current USDA Good Agricultural Practices (GAP) audit report to be eligible for consideration. Proposals are expected to be submitted by the solicitation's issue date in November 2024, with the contract anticipated to commence on September 29, 2025. For further inquiries, potential offerors can contact Gregory Barksdale at gregory.barksdale@dla.mil or Amanda Quaile at Amanda.Quaile@dla.mil.
Direct Procurement Method (DPM) personal property shipments in the state of Hawaii
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Pearl Harbor, is seeking potential sources for packing, containerization, and local drayage services related to Direct Procurement Method (DPM) personal property shipments in Hawaii, specifically on the island of Oahu, starting around January 1, 2026. The procurement aims to identify contractors capable of performing a variety of tasks, including pre-move surveys, packing, loading, and unpacking of personal property for Department of Defense personnel. This initiative is crucial for ensuring efficient relocation services for military families, reflecting the government's commitment to quality service during transitions. Interested parties must submit their responses to the sources sought notice by May 16, 2025, and can contact Kyle Quintal at kyle.p.quintal.civ@us.navy.mil or Christine Ah Yee at christine.l.ahyee.civ@us.navy.mil for further information.
SPE300-24-R-0024 Subsistence Prime Vendor (SPV) Northern Europe
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals for the Subsistence Prime Vendor (SPV) 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 items, including perishable and semi-perishable food products, beverages, and Food Service Operating Supplies (FSOS), ensuring support for military operations in the region. This procurement is crucial for maintaining the nutritional needs of military personnel and enhancing operational readiness. Interested vendors must submit their proposals electronically by April 15, 2025, and can direct inquiries to Kellie Wimsey at Kellie.Wimsey@dla.mil or Kelly Fidik at Kelly.Fidik@dla.mil.
On Island Reference Laboratory Testing and Courier Services at Triple Army Medical Center, Hawaii
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office – Pacific, is soliciting proposals for On Island Reference Laboratory Testing and Courier Services at Tripler Army Medical Center in Hawaii. The procurement aims to establish Multiple Blanket Purchase Agreements for non-personal laboratory services that support medical diagnostics and patient care for military beneficiaries, including STAT courier services for urgent testing and compliance with strict professional standards. This initiative is crucial for ensuring accessible and high-quality laboratory services tailored to the needs of the armed forces and their families. Interested parties must submit their quotes via email to Leslie Takayama at leslie.m.takayama.civ@health.mil by April 30, 2025, at 10:00 am HST, with a total contract value limit of $250,000.
Laundry Services for 647th LRS
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Pearl Harbor, is seeking qualified contractors to provide laundry services for the 647th Logistics Readiness Squadron. The required services include the pickup, laundering, and return of laundry on a weekly basis, with specific attention to sorting, washing, drying, and minor repairs, all while adhering to quality standards and environmental considerations. This procurement is crucial for maintaining operational readiness and hygiene standards within military operations. The contract, set aside for small businesses, has a maximum value of $249,999.99 and a guaranteed minimum order of $25,000, with the solicitation closing on April 23, 2025. Interested parties can contact Troy Wong at 808-473-7532 or via email at troy.r.wong2.civ@us.navy.mil for further details.