Combined Synopsis/Solicitation Notice for Fresh Bread & Bakery Products support for DLA Troop Support to military customers in Oklahoma, USA.
ID: SPE30025R0045Type: Combined Synopsis/Solicitation
AwardedJul 22, 2025
$7.2M$7,200,000
AwardeeK&D HARVEY CONSULTING LLC
Award #:SPE30025DW015
Overview

Buyer

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

NAICS

Commercial Bakeries (311812)

PSC

BAKERY AND CEREAL PRODUCTS (8920)
Timeline
    Description

    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for an Indefinite Quantity Contract (IQC) to supply Fresh Bread and Bakery products to military customers in Oklahoma from August 2025 to August 2028. The procurement aims to ensure a consistent supply of various baked goods, including different types of bread and rolls, with a focus on quality, safety, and compliance with federal regulations such as the Berry Amendment, which mandates domestically produced food products. Interested vendors must adhere to stringent requirements, including maintaining a fill rate of at least 97% and utilizing the Subsistence Total Ordering and Receipt Electronic System (STORES) for order processing. Proposals are due by the specified deadline, and interested parties can contact Fabio Patino at fabio.patino@dla.mil or Matthew Sacca at matthew.sacca@dla.mil for further information.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for supplying various bread and bakery items to Oklahoma troops, under the contract number SPE300-25-R-XXXX. It details two tiers of pricing, with specified delivery dates, from August 14, 2022, to August 16, 2025. The items include a wide array of baked goods, such as different types of bread (e.g., 12 grain, raisin, rye, white, whole grain) and rolls (e.g., dinner rolls, hamburger rolls, hot dog rolls). Each item is categorized by stock number, package sizes, estimated weights, and associated prices, which must be rounded to the hundredth decimal for submission. There are also estimations for total weights and costs provided for each tier, although some price calculations appear incomplete or labeled as errors. The RFP emphasizes precise pricing requirements and outlines the minimum package sizes and counts per package to ensure compliance with government guidelines for procurement. Overall, this document is part of government efforts to procure food supplies for military personnel, emphasizing transparency, pricing accuracy, and compliance with federal procurement standards.
    The document outlines logistical details regarding military and tribal services providers, specifically for the Oklahoma Air Guard and the Ponca Tribe. It includes shipping and customer routing information, specifying various military facilities such as Fort Sill and Camp Gruber Training Center, as well as several dining facilities associated with these locations. Each facility is listed alongside its corresponding address and delivery instructions. Key contacts, including MSGT JAMADE D. RAMSEY of the Oklahoma Air National Guard and other reference numbers for coordination, are also provided to facilitate communication. The involvement of active army operations is noted, highlighting the connection between military needs and local service provisions. Overall, the document serves as a logistical framework for fulfilling service requests within military installations and local tribal entities in Oklahoma, supporting efficient operations within the context of federal requests for proposals (RFPs) and service engagements.
    The Market Fresh Item Request Form is a document used within federal procurement processes, particularly to facilitate the submission of specifications for market fresh food items. It requires detailed information about products, including their name, description, vendor specifications (such as unit measure and case weight), and various packaging characteristics. Additional inquiries cover processing methods, refrigeration needs, and nutritional content, such as fat percentage and sweetness levels. The form also seeks clarification on product grades and any unique features like lactose-free or preparation requirements. By assembling comprehensive product information, the document aims to aid in cataloging and streamline procurement procedures, aligning with federal and state requirements. A request for supporting documents such as nutritional labels is included to ensure thorough evaluation. This form is vital for ensuring compliance with government standards and facilitating the acquisition of high-quality food items.
    The document outlines a collection of logistical details regarding various military and tribal facilities located in Oklahoma, specifically focusing on the Oklahoma Air National Guard and the Ponca Tribe. It includes specific identifiers such as ordering points, customer names, and addresses of different dining facilities linked to Fort Sill and the Camp Gruber Training Center. Notably, it details the facilities’ locations, including building numbers and addresses, while also listing contact information for military personnel. The primary aim of the file appears to be related to a procurement process, involving collaboration with the aforementioned entities, likely entailing food or supplies essential for troop support and community services. The structured breakdown of customer facilities and delivery instructions suggests that this may pertain to preparing for troop support activities or resource allocation within the context of governmental RFPs and grants that support military readiness and community relations.
    The document outlines the Electronic Data Interchange (EDI) Implementation Guidelines for the Subsistence Total Ordering and Receipt Electronic System (STORES) utilized by the Defense Logistics Agency (DLA) Troop Support. It provides detailed information on EDI transaction sets (832, 850, and 810), testing processes, production procedures, and necessary guidelines for catalog updates, purchase orders, and invoicing between vendors and DLA. Key contacts for each transaction type are listed to incentivize successful integration prior to contracts going live. The guidelines emphasize the importance of accurate, timely submission of electronic documents for effective supply chain management, including weekly catalog updates, order fulfillment, problem recovery procedures during production, and consistency in data transmission. The document ultimately serves as a crucial resource for vendors to ensure compliance with DLA's operational standards, enhancing logistics efficiency within federal procurement processes.
    The Government is conducting market research for a potential long-term contract to supply fresh bread and bakery products to military customers in Oklahoma, specifically for the Department of Defense (DoD) troops. The contract will have a three-year performance period with a maximum value of $7,200,000. Interested vendors are required to answer specific questions about their capabilities, business size, past governmental experience, and compliance with regulatory inspections. Additionally, vendors must have the infrastructure to interface with the Subsistence Total Order and Receipt Electronic System (STORES) for order management and billing processes. They need to provide detailed information regarding their ability to deliver to all specified customers, potential subcontracting needs, and the proportion of products sourced from small businesses. All feedback and responses must be submitted by March 7, 2025. The outlined requirements emphasize adherence to federal regulations and electronic transaction efficiency, reflecting the government's commitment to supporting military logistics through reliable food supply chains.
    The document outlines the solicitation for an Indefinite Quantity Contract (IQC) by the Defense Logistics Agency (DLA) Troop Support to supply Fresh Bread & Bakery products to Department of Defense (DoD) customers in Oklahoma from August 2025 to August 2028. The solicitation is open to all businesses, with a preference for HUBZone entities, and employs the Lowest Price Technically Acceptable (LPTA) approach for evaluation. Contractors must demonstrate compliance with offering specific items, use of a standardized electronic ordering system (STORES), and maintain a fill rate of at least 97%. Contractors are required to fulfill stringent requirements regarding quality, safety, and ethical conduct, including adherence to the Berry Amendment, which mandates that food products be domestically produced. The successful contractor must maintain details in an electronic catalog, manage deliveries, accept returns under specified conditions, and uphold customer service quality. The document emphasizes contract management, including invoicing procedures, potential audits, and recall protocols. Overall, it encapsulates the government's regulatory framework and operational expectations for procurement in support of military and other federal entities.
    Similar Opportunities
    Request for Information (RFI) for Fresh Bread & Bakery Products support for DLA Troop Support to military customers in the Georgia Zone
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking information from suppliers regarding the provision of fresh bread and bakery products for military customers in the Georgia Zone, specifically Fort Benning, Fort Gordon, and Fort Stewart. The agency aims to establish indefinite quantity contracts to supply fresh bakery items, adhering to strict freshness requirements and commercial standards for temperature control. This procurement is crucial for supporting the dietary needs of military personnel, with a maximum contract value of $21,375,000 over a proposed ordering period from April 5, 2026, to April 7, 2029. Interested vendors must respond to the attached market research questionnaire by January 14, 2026, and can direct inquiries to Jillian Blaney at jillian.blaney@dla.mil or Ronald Booth at ronald.booth@dla.mil.
    Bulk Food Items – Subsistence
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Blanket Purchase Agreement (BPA) to supply bulk food items for the Oklahoma Army National Guard (OKARNG) and Oklahoma Air National Guard (OKANG). The procurement involves delivering a variety of food products, including canned goods, dry goods, fresh and frozen meats, produce, dairy, and bread items, to approximately 12 locations across Oklahoma and Fort Chaffee, Arkansas, with a commitment to deliver within 48 hours of a call order. This initiative is crucial for supporting the food service operations of the military, ensuring compliance with health and safety regulations, and maintaining high standards of quality control. Interested contractors must submit their proposals by January 15, 2026, and direct any questions to the primary contacts, MacKenzie Boyd at mackenzie.a.boyd.civ@army.mil or Ryan Moehle at ryan.moehle@us.af.mil, by December 29, 2025.
    FCI EL RENO FY 26 2ND QTR BREAD
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons at the Federal Correctional Institution in El Reno, Oklahoma, is seeking proposals for the supply of various bread products for the second quarter of Fiscal Year 2026. This procurement, identified by solicitation number 15B50726Q00000004, is a 100% small business set-aside and requires the delivery of fresh whole wheat bread, hamburger buns, and hot dog buns on a weekly basis from January 2, 2026, to March 27, 2026. The contract will be awarded based on price and past performance, with a firm-fixed price structure, and offers must be submitted by December 18, 2025, at 4:00 PM CST. Interested vendors should contact Nate Long at n2long@bop.gov for further details and ensure they are registered in SAM.gov to participate.
    73--OVEN,BAKING AND ROA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of baking ovens, specifically NSN 7310012774105, to be delivered to the USS Green Bay (LPD 20). The procurement includes four units, each to be delivered within 30 days after order (ADO), emphasizing the urgency and importance of these items for military operations. These ovens are critical for food preparation and serving on naval vessels, ensuring that personnel have access to necessary cooking equipment. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Pre Solicitation Synopsis for SPE300-26-R-0008 Kansas, Nebraska, Iowa, Northern Missouri and Surrounding Region
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is preparing to solicit proposals for Prime Vendor support in the Kansas, Nebraska, Iowa, Northern Missouri, and surrounding regions. This procurement aims to provide various subsistence items from the 8900 Federal Catalog or their commercial equivalents to military customers, including Fort Riley, Fort Leavenworth, and Whiteman AFB, among others. The total estimated value of the contract is $57,798,224, with a performance period of 60 months divided into two pricing tiers: a 36-month initial term followed by a 24-month extension. Interested vendors must be capable of interfacing with the Government’s transaction systems and supporting Electronic Data Interchange (EDI) transactions. Proposals will be evaluated based on Low Price Technically Acceptable criteria, and the Request for Proposal (RFP) is expected to be posted on the DLA DIBBS website in late December 2025. For further inquiries, interested parties may contact Noreen Killian at Noreen.Killian@dla.mil or Kevin White at kevin.w.white@dla.mil.
    Southern Kentucky and Tennessee Surrounding Area
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is soliciting proposals for Prime Vendor support to supply various subsistence items to customers in the Southern Kentucky and Tennessee Surrounding Areas. The procurement aims to establish an Indefinite Delivery Contract for a five-year term, with an estimated total value of $30,884,214.40, and a guaranteed minimum of $3,088,421.40, structured in three pricing tiers. This contract is crucial for ensuring the timely delivery of food supplies to federally funded agencies, with all proposals evaluated based on the Best Value - Lowest Price Technically Acceptable (LPTA) criteria. Interested vendors must submit their proposals by February 9, 2026, and can contact Vance S. Corey at vance.corey@dla.mil or Alana Perillo at ALANA.PERILLO@DLA.MIL for further information.
    FCI MANCHESTER FY26 2ND QTR BREAD REQUIREMENT
    Justice, Department Of
    The U.S. Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Institute in Manchester, is seeking quotes for weekly bread delivery services for the second quarter of Fiscal Year 2026, covering the period from January 1 to March 31, 2026. The procurement includes specific requirements for various bread products, including Kosher Wheat Bread and Whole Wheat Hamburger and Hot Dog Buns, with deliveries to be made weekly based on quantities communicated by the local food service administration. This contract is vital for maintaining the food supply for the inmate population, ensuring compliance with dietary needs and operational standards. Interested vendors must submit their quotes by December 17, 2025, at 10:00 a.m. EST via email to Andre Cawood at akcawood@bop.gov, as no written solicitation will be issued.
    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.
    FCI McDowell 2nd Qtr FY 26 BREAD
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI McDowell, is seeking offers for the procurement of bread for the 2nd Quarter of Fiscal Year 2026. This opportunity is set aside exclusively for small businesses, with a focus on delivering various types of fresh bread, including hot dog rolls, hamburger rolls, and sandwich bread, all of which must be delivered within 48 hours of baking and have a 90-day shelf life from the delivery date. The procurement emphasizes the importance of past performance and delivery schedules in the evaluation process, with bids due by 9:00 A.M. EST on December 18, 2025. Interested vendors should submit their offers via mail, fax, or email, and can contact Joe Riffe at jriffe@bop.gov or 304-436-7386 for further inquiries.
    Solicitation Notice: Fresh Fruit & Vegetable support for DoD and Non-DoD customers located in the state of Montana
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is soliciting proposals for an Indefinite Quantity Contract (IQC) to supply fresh fruits, vegetables, and shell eggs to DoD and USDA customers in the Montana Zone. This procurement aims to support both military and non-military entities, including schools and Indian Tribal Organizations, by providing essential perishable food items over a five-year contract period, which will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method. The solicitation emphasizes the importance of compliance with federal regulations, contractor integrity, and the need for established distributors with specific certifications and electronic capabilities. Interested vendors must submit their proposals by January 11, 2026, at 8:00 PM Eastern Standard Time, and can reach out to Jennifer DeLange or Amanda Quaile via email for further inquiries.