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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    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.
    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.
    SOLICITATION: SPE605-25-R-0220 (HAWAII, POSTS, CAMPS & STATIONS (PC&S) PP 3.10)
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for various fuel products, including distillates and residuals, to support Department of Defense and federal civilian agencies in Hawaii through Solicitation SPE605-25-R-0220. The procurement encompasses an ordering period from July 1, 2026, to June 30, 2029, with deliveries extending until July 31, 2029, and is structured as a fixed-price requirements contract with economic price adjustments. This opportunity is particularly significant as it includes a partial small business set-aside, allowing for competitive participation from smaller firms, and requires all proposals to be submitted via the DLA Energy PC&S Offer Entry Tool (OET) by December 23, 2025, at 8:00 AM EST. Interested parties can reach out to Hannah Savine at hannah.r.savine@dla.mil or Kimberly Binns at kimberly.binns@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) Troop Support is soliciting proposals for Subsistence Prime Vendor (SPV) support to provide food and related services to military and federally funded customers in the Republic of Korea. The procurement aims to establish a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the supply and delivery of a wide range of food items, including perishable and semi-perishable goods, as well as non-food items, with a focus on supporting various military facilities and operations in the region. The estimated contract value is $217.5 million, with a maximum potential value of $435 million, and proposals are due by December 3, 2025, at 3:00 PM Philadelphia time. Interested parties can find more details and submit their proposals via the DLA Internet Bid Boards System (DIBBS) and should direct inquiries to Gwen Garcia or Donovan Mahoney at the provided email addresses.
    MRO Hawaii Region SPE8E323D0014
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking to establish a bridge contract for Maintenance, Repair, and Operations (MRO) in the Hawaii region under contract number SPE8E323D0014. This procurement aims to secure miscellaneous construction materials necessary for ongoing operations and maintenance activities within the region. The goods and services procured are vital for ensuring the operational readiness and support of military facilities in Hawaii. Interested parties can reach out to Lauren Byrne at lauren.byrne@dla.mil for further details regarding this opportunity.
    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.
    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.
    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.
    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
    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 DoD and USDA school customers in the San Antonio, Texas area. This procurement aims to establish a five-year Indefinite Quantity Contract (IQC) with a total estimated value of $307.5 million, structured into one 24-month tier and two 18-month tiers, specifically set aside for small businesses under NAICS code 311991. The goods are essential for supporting troop and school meal programs, ensuring the provision of high-quality produce to meet nutritional standards. Interested vendors must possess a valid Perishable Agricultural Commodities Act (PACA) license and a USDA Harmonized GAP Plus+ Standard audit, with proposals due by January 7, 2026. For further inquiries, contact Tiffanie Barthelemy at tiffanie.barthelemy@dla.mil or Amy Paradis at amy.paradis@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.