Request for Information (RFI) for Fresh Bread Requirement for DLA Troop Support DoD Customers in Kansas & Missouri
ID: SPE30025R0054Type: Sources Sought
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 Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for fresh bakery products to support military customers at Fort Riley, KS, Fort Leavenworth, KS, and Fort Leonard Wood, MO. The procurement aims to establish an indefinite quantity contract for a three-year term, focusing on various types of bread and bakery items, with a strong emphasis on quality, compliance with the Berry Amendment, and maintaining a 97% fill rate for orders. This initiative is crucial for ensuring that military personnel receive fresh and high-quality food products, thereby supporting their dietary needs. Proposals are due by 3 PM Eastern Standard Time on August 26, 2025, and interested vendors can contact Harry Carpenter at Harry.Carpenter@dla.mil or Paul Le at Paul.Le@dla.mil for further information.

    Files
    Title
    Posted
    The document SPE300-25-R-0054 is a Request for Proposal (RFP) for bread and bakery items, segmented into three groups for different locations in Kansas and Missouri: Fort Riley, Fort Leavenworth, and Fort Leonard Wood. The RFP outlines specific bakery items required, such as various types of bread (raisin, rye, white, whole wheat) and rolls (Artesano, frankfurter, hamburger, hoagie/submarine, English muffins, Kaiser rolls). It specifies pricing to be input to the hundredth place for 'Price per PKG' and details two pricing tiers with distinct periods: Tier 1 (February 8, 2026 - August 7, 2027) and Tier 2 (August 8, 2027 - February 3, 2029). The document also includes placeholders for Offeror's Name, CAGE Code, and Duns Number, and a standard lead time of 120 hours.
    The "Market Fresh Item Request Form" is a detailed document designed to collect comprehensive information about food and beverage products, likely for procurement within government contracts such as federal RFPs or grants. Its purpose is to standardize the data collection process for market-fresh items. Key information requested includes contract specifics, CONUS/OCONUS status, item name and description, vendor unit of measure, case and individual package details (weight, count, type), form (liquid, powder), processing methods (raw, sliced), and storage requirements (refrigeration, fresh/frozen/chilled/shelf stable). The form also delves into nutritional aspects like fat content and product grade, and specifics for meat products (NAMP #). For beverages, it seeks details on juice percentage, concentration, dispenser compatibility, and sweetness levels (sugar-added, regular, sugar-free with sweetener type). Additionally, it prompts for other product features (lactose-free, "just add water") and clarifies ambiguous terms like "light." The form emphasizes attaching supporting documents like nutrition specifications or labels to aid in cataloging, ensuring thorough product evaluation.
    The provided government file details various ordering points, customer names, facilities, buildings, and addresses for military installations primarily located in Kansas and Missouri. The document serves as a comprehensive listing of locations, including Fort Leavenworth, Fort Riley, and Fort Leonard Wood, along with their specific dining facilities, barracks, hospitals, and supply points. Each entry includes detailed address information, customer state, zip code, country, and service branch, predominantly "AR" for Army. The file systematically organizes crucial logistical information for these military sites, indicating the scope of operations and the locations requiring services or supplies within the federal government framework, likely for procurement or grant-related purposes.
    The "Subsistence Total Ordering and Receipt Electronic System (STORES) EDI Implementation Guidelines" document outlines the Electronic Data Interchange (EDI) protocols for DLA Troop Support’s Subsistence Prime Vendor program. It details the general information, production procedures, and specific EDI guidelines for catalog (832), purchase order (850), and invoice (810) transactions. The document provides contact information for EDI testing, describes the testing process for each transaction type, and explains the flow from catalog submission to order placement and invoicing. It also covers transmission schedules and problem recovery procedures for production environments. Detailed specifications for each EDI segment and element are provided, including mandatory, conditional, and optional fields, along with examples for each transaction set. The guidelines are essential for vendors to ensure successful electronic communication and compliance with DLA Troop Support requirements.
    The document outlines the request for proposals (RFP) SPE300-25-R-0054 for supplying bread and bakery products in the Kansas and Missouri regions, specifically for facilities at Fort Riley, Fort Leavenworth, and Fort Leonard Wood. Three main groups are detailed, each listing various types of bread and rolls including whole wheat, white, rye, and specialty products such as English muffins and Artesano rolls. The proposal is divided into two tiers, with Tier 1 covering the period from February 8, 2026, to August 7, 2027, and Tier 2 extending from August 8, 2027, to February 10, 2029. Each tier requires pricing to be input to the hundredth place per package (PKG), covering estimated quantities and prices, but contains multiple placeholders for price data (#DIV/0!), indicating incomplete information needing corrections or inputs. Additionally, a 120-hour lead time is emphasized throughout, highlighting the importance of timely delivery. The RFP signifies efforts to procure essential food supplies for military facilities while ensuring compliance with federal procurement regulations. This document serves as a critical guideline for potential suppliers outlining requirements and expectations for bidding on the contract.
    The document outlines a government Request for Proposals (RFP) for providing bread and bakery items to military facilities in the Kansas and Missouri regions, specifically targeting Fort Riley, Fort Leavenworth, and Fort Leonard Wood. Each facility has distinct tiers for pricing and supply over specified periods: Tier 1 from February 8, 2026, to August 7, 2027, and Tier 2 from August 8, 2027, to February 3, 2029. The offerings include various types of bread — such as white, whole wheat, rye, and specialty rolls — with strict pricing guidelines requiring prices to be reported to two decimal places. The document also outlines estimated quantities and lead times for each type of product, emphasizing the importance of precise input data for accurate pricing. Overall, the primary objective of this RFP is to secure suppliers for essential bakery products to meet the dietary needs of military personnel in the specified locations, ensuring quality and compliance with governmental pricing standards.
    The document outlines the ordering and shipping details for various military dining facilities and services at multiple locations, primarily focused on Fort Leavenworth, Fort Riley, and Fort Leonard Wood. It lists customer names, ordering points, installation designations, and building addresses associated with each facility, indicating a coordinated approach to manage supply and service logistics across these military installations. The addresses provide precise locations for the facilities, while the state and zip codes confirm their geographical footprint. Each entry is structured to facilitate easy reference for procurement or logistical purposes, crucial for government RFPs and grants. The document serves as an operational guide for agencies involved in the military supply chain, ensuring the effective delivery of services to support personnel at these sites. The focus on military logistics underscores the importance of maintaining efficient operations and compliance within federal guidelines in the context of government contracting.
    The Market Fresh Item Request Form is designed for federal and local entities to catalog and request market-fresh food items. The form collects detailed information about various products, including item descriptions, vendor measurements, and specific requirements such as refrigeration needs, packaging types, and nutritional content. Key details sought include case weight, processing methods (e.g., raw or cooked), fat content, and product grade, along with any special features (e.g., lactose-free). The document also addresses juice content in beverages and sweetness levels, asking for additional information if the product is concentrated or requires a dispenser. Supporting documents, such as nutrition specifications, are encouraged to accompany the submission. Overall, the form facilitates procurement processes in compliance with government standards, ensuring food safety and quality in government food programs.
    This document outlines supply and service order information related to various military installations primarily in Fort Leavenworth and Fort Leonard Wood, Kansas. It includes customer points, names of the facilities such as dining locations and hospitals, as well as respective buildings and addresses for each installation. The data indicates service codes, locations, and contact details critical for logistics and support. Key entries consist of points like the Irwin Army Hospital, U.S. Disciplinary Barracks, and several dining facilities at Fort Riley and Fort Leonard Wood. Each entry specifies the associated building numbers and addresses, serving as logistical identifiers for the procurement of services and supplies required by these facilities. This information is imperative for executing federal requests for proposals (RFPs) and managing federal grants tied to these military installations, aiming to streamline operations and ensure efficient resource allocation for military and support services.
    The "Subsistence Total Ordering and Receipt Electronic System (STORES) EDI Implementation Guidelines" outlines the requirements and procedures for vendors participating in the DLA Troop Support's electronic data interchange (EDI) processes. The document details essential contact information for EDI testing, including specific personnel for testing different transaction sets (832 Catalog, 850 Purchase Order, and 810 Invoice). It describes the testing process vendors must undergo to begin operational transactions, emphasizing the successful transmission of catalogs, purchase orders, and invoices. The guidelines also cover production procedures, including transmission schedules and problem recovery practices. The document specifies mandatory and optional fields for each transaction type. It highlights the importance of timely catalog updates, troubleshooting during production, and the matching of receipts to invoices to facilitate payment. The structure consists of a comprehensive listing of EDI transaction sets, production procedures, and explicit guidelines for catalog submissions, purchase orders, and invoices, providing clarity on sourcing and financial processes for the vendors. Overall, this document serves as a vital reference for EDI compliant operations within federal procurement frameworks, assisting vendors in successfully navigating the DLA Troop Support's transactional requirements.
    The Federal Government is conducting market research to identify vendors for supplying Fresh Bread and Bakery Items for DoD Troop Customers in Kansas and Missouri. The anticipated contract is a Firm Fixed Price agreement with a three-year duration, valued at approximately $3.7 million, potentially reaching $7.4 million total. Vendors are invited to respond to a series of questions to express their interest, share their capabilities, and provide insights on potential modifications to encourage participation. Key details include a requested delivery schedule and vendor experience related to large orders. Interested parties must submit their responses via email to designated government contacts by May 20, 2025. This effort exemplifies the government's procurement process, aiming to foster competition and streamline supply chains for troop provisions.
    The document outlines Solicitation SPE300-25-R-0054, issued by the DLA Troop Support, to procure fresh bread and bakery products for Department of Defense customers in Kansas and Missouri. It establishes an indefinite quantity contract for a three-year term, divided into two 18-month tiers, emphasizing a lowest price technically acceptable (LPTA) source selection process. The solicitation is open to all eligible businesses, with a strong preference for HUBZone small businesses. Key requirements include that all contractors must comply with electronic data interchange capabilities, have a business ethics program, and ensure product sourcing aligns with the Berry Amendment, which mandates that food items be American-made. Contractors must maintain electronic catalogs for product orders and manage a robust quality assurance program to ensure product freshness, quality, and hygiene standards. Critical elements include a 97% fill rate requirement, detailed invoicing procedures, and a strict return policy for unsatisfactory goods. The document emphasizes the necessity for contractors to provide excellent customer service and proper delivery logistics to meet the military's operational demands. Overall, this procurement aims to establish reliable supply chains supporting the dietary needs of military personnel effectively.
    This government solicitation amendment, SPE30025R0054-0001, issued by DLA Troop Support, revises key terms for a Bread and Bakery item contract. The solicitation closing date is extended to August 26th, 2025, at 3:00 PM Eastern Standard Time. The amendment also modifies the timeframe for contractors to source new catalog items, increasing it from 10 to 20 days. Furthermore, the minimum order requirement for any resulting contract has been raised from $25.00 to $50.00, based on the aggregate total of orders for a specific delivery date to customers within a military base or delivery location. Other order placement and cancellation procedures remain largely unchanged, with all other terms and conditions of the original contract remaining in full force and effect.
    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.
    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.
    2ND QTR Bread FY26
    Justice, Department Of
    The U.S. Department of Justice, specifically the Federal Bureau of Prisons, is seeking quotes for the procurement of various bread products under Solicitation Number 15B12026Q00000002, designated as a total small business set-aside. The requirement includes a range of items such as whole wheat and white hot dog buns, hamburger buns, and sliced bread, with specific quantities outlined for each product, all of which must adhere to federal specifications and be delivered fresh within 48 hours of baking. This procurement is crucial for ensuring a consistent supply of food service items for the facility at USP McCreary in Pine Knot, Kentucky. Interested vendors must submit their quotes electronically to John Brown at j16brown@bop.gov by December 16, 2025, at 10:00 a.m. EST, with an anticipated award date of December 17, 2025.
    FF&V Produce Support for Troops and Schools in West Virginia
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking feedback from vendors regarding the provision of Full Line Fresh Fruits and Vegetables (FF&V) to support Department of Defense troops and USDA school customers in West Virginia. The agency aims to establish indefinite quantity contracts to supply USDA Grade Number 1 or better quality produce, including fresh fruits, vegetables, and potentially shell eggs, with specific quality requirements outlined in the attached schedule. This procurement is significant as it ensures the availability of high-quality food products for military personnel and educational institutions, with an estimated contract value exceeding $5 million for a 24-month base period and nearly $39 million over five years. Interested vendors are encouraged to respond to the Market Research Survey by December 31, 2025, at 3:00 PM EST, and may direct inquiries to Kasey McConnell-Rosinski or Paul Le via the provided email addresses.
    Bread Items for USP Lee Qtr 2 FY26
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons at USP Lee, is soliciting bids for the provision of various bread items for the second quarter of fiscal year 2026. The procurement includes whole wheat bread loaves, hamburger buns, and hot dog buns, with specific quantities and delivery timelines set between January 1, 2026, and March 31, 2026. This opportunity is particularly significant as it is a total small business set-aside under NAICS code 311999, emphasizing the importance of supporting small enterprises in the food manufacturing sector. Interested vendors must submit their quotes by December 17, 2025, at 12:00 PM EST, via email, and are encouraged to review the solicitation details available on the SAM beta .GOV website, with an anticipated award date of December 29, 2025. For further inquiries, potential offerors can contact Jason Shuler at j1shuler@bop.gov or by phone at 276-546-0150.
    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.
    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.
    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.