Soda Bag-in-Box (BIB) Beverage
ID: SPE300-25-R-0046Type: Solicitation
Overview

Buyer

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

NAICS

Soft Drink Manufacturing (312111)

PSC

BEVERAGES, NONALCOHOLIC (8960)
Timeline
    Description

    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the supply of Bag-in-Box (BIB) beverages intended for military customers in the Continental United States (CONUS), Alaska, Hawaii, and Guam. The procurement aims to secure full-service beverage deliveries, with an estimated contract value of $7 million over a 15-month period, focusing on the Lowest Price Technically Acceptable (LPTA) evaluation method. This initiative is crucial for providing quality beverage products to support military operations while ensuring compliance with federal regulations, including requirements for U.S. manufacturing and ethical conduct. Interested vendors must submit their proposals by June 9, 2025, at 3:00 P.M. Philadelphia time, and can contact Nicholas McDonald or Zoraya Wilson for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents a Request for Proposals (RFP) from the Defense Logistics Agency (DLA) Troop Support for Bag-In-Box beverage supplies intended for military customers in the Continental United States (CONUS), Alaska, Hawaii, and Guam. Scheduled for submission by June 09, 2025, at 3:00 P.M. Philadelphia time, the RFP emphasizes the necessity for offers to be submitted via email to specified contract specialists. It outlines the acquisition's requirements under NAICS code 312111 and specifies that all products must be U.S.-manufactured. The project aims to secure full-service beverage deliveries, estimating a contract worth $7 million over 15 months. The government intends to award multiple contracts based on offers, focusing on the Lowest Price Technically Acceptable (LPTA) approach, where proposals are evaluated based on technical acceptability and price fairness. Offers must include a current wholesale price list and agreements with independent bottlers. Additionally, the document highlights compliance with various federal regulations, emphasizing ethical conduct and veteran employment reporting. The RFP reflects a commitment to providing quality beverage products for military needs while ensuring adherence to federal standards and regulations during procurement.
    The document outlines a Request for Proposal (RFP) for Carbonated and Non-Carbonated Bag-in-Box Beverage Products issued by DLA Troop Support. Offerors must fill in specific sections, including Company Information, Scheduling Items, and Category Descriptions, providing details like company name, DUNS number, authorized negotiator contacts, ordering methods, and customer service representatives. Pricing must be presented in a specified format, with unit prices rounded to two decimal places. Offerors are required to include a local bottler contact list and a current wholesale price list as part of their submission. The project seeks to procure a variety of beverage flavors and products for military clients, with a focus on compliance with established regulations for product composition. The deadline for proposal submission is June 9, 2025, and the document emphasizes that incomplete submission can lead to non-responsiveness of offers.
    The document outlines the Department of Defense's (DoD) Antiterrorism (AT) Standards, reissuing guidance to enhance protection against terrorism for DoD personnel and facilities. The instruction establishes minimum standards across key areas: risk management, planning, training and exercises, resource application, and program review. It emphasizes integrating chemical, biological, radiological, nuclear, and high-yield explosive (CBRNE) defenses into AT protocols and underscores the commanders' responsibilities in enforcing security measures. The directive applies to all DoD Components, mandating a comprehensive AT program that includes assessments of terrorist threats, vulnerabilities, and response measures. Key roles, defined in the document, include the Assistant Secretary of Defense for Special Operations overseeing policy compliance and Antiterrorism Officers managing local programs. The standards necessitate coordination among different government levels, ensuring integration of AT strategies with local authorities and specialized units. Overall, the instruction seeks to foster a proactive approach to managing risks associated with potential terrorist threats, prioritizing the safety of military personnel and their families, essential for maintaining operational readiness and security within domestic and international contexts.
    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. The guidelines detail the EDI transactions essential for communication between DLA and vendors, including catalog updates (832), purchase orders (850), and invoicing (810). Key procedures are established for EDI testing, focusing on successful transmission between vendors and DLA, ensuring accuracy in catalog submissions and timely updates. The EDI guidelines emphasize the necessity for vendors to adhere to specific timeframes for catalog updates and handling problem recovery during production, thereby maintaining operational efficiency. Important points of contact for EDI testing related to each transaction set are provided for vendors' coordination. The document serves as a comprehensive resource to facilitate successful vendor integration into DLA’s electronic system, enhancing the procurement process for subsistence items. Overall, it exemplifies the structured approach in governmental procurement processes, enhancing accountability and communication standards in public sector supply chains.
    The STORES Role Request Process for Customers and Vendors outlines the steps for external users to access the DLA's STORES system through the AMPS platform. New users must create an AMPS account by completing a registration process that includes selecting their user type and agreeing to privacy statements. After registration, users can log in to AMPS to request their specific STORES role, which is contingent upon approval from the designated DLA Representative for their geographical area. Users must provide information, including a justification for their request and their supervisor’s contact details. Upon request submission, users will receive a confirmation email, and further communication will occur once their access is approved. The document serves as a comprehensive guide for customers and vendors seeking to engage with the DLA's STORES system, emphasizing procedural clarity and necessary actions to facilitate user access and compliance with DLA protocols.
    This document is a Solicitation/Contract/Order for Commercial Items issued by the Defense Logistics Agency (DLA) for procurement under solicitation number SPE300-25-R-0046, with the offer due date set for June 9, 2025. The acquisition is unrestricted, with various set-asides for small businesses, such as HUBZone and Women-Owned Small Businesses. Key provisions include terms regarding the delivery of supplies/services, payment procedures, and adherence to Federal Acquisition Regulation (FAR) clauses. Central clauses incorporate requirements for reporting cyber incidents, safeguarding covered defense information, and compliance with labor and safety standards. Notably, clauses covering the safeguarding of information systems (NIST SP 800-171) and reporting obligations for cyber incidents emphasize the importance of cybersecurity in government contracting. Additionally, various clauses enforce compliance with environmental regulations concerning hazardous materials. This solicitation reflects the U.S. government's initiative to streamline procurement processes while ensuring compliance with safety, ethical, and economic standards, particularly concerning small business participation in federal contracting. The significance of cybersecurity and compliance with federal regulations is paramount given the sensitive nature of defense contracts.
    The DLA Troop Support Subsistence Directorate is preparing to solicit a contract for the supply and delivery of Bag-In-Box beverage bases for a duration of fifteen months, with a budget of up to $7 million. This contract aims to provide carbonated and non-carbonated drinks, including electrolyte and juice drinks with a minimum of 20% juice, to both DOD and non-DOD customers, notably Navy and Coast Guard ships in CONUS, Hawaii, Alaska, and Guam. The solicitation emphasizes that juices containing less than 100% fruit juice, except specific cranberry juice types, are excluded. The procurement will be conducted on a full and open competition basis, with successful bidders required to supply dispensing equipment and CO2, while the Navy will handle CO2 separately. The contract will be a Fixed Price Indefinite Quantity Contract, allowing for flexibility in changes as needed by customers. The anticipated solicitation release is set for April 29, 2025, and the solicitation details will be available at Sam.gov. This initiative reflects the U.S. government's commitment to providing essential products to military and non-military personnel in designated regions.
    Lifecycle
    Title
    Type
    Solicitation
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.