Solicitation for Fresh Milk, Dairy and Ice Cream Products for DLA Troop Customers in the States of Mississippi, Arkansas and Louisiana
ID: SPE300-25-R-0025Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Fluid Milk Manufacturing (311511)

PSC

DAIRY FOODS AND EGGS (8910)
Timeline
    Description

    The Defense Logistics Agency (DLA) Troop Support is soliciting proposals for the supply of fresh milk, dairy, and ice cream products for Department of Defense (DoD) customers located in Mississippi, Arkansas, and Louisiana. The procurement involves establishing a firm-fixed price Indefinite Quantity Contract (IQC) for various dairy items, with a contract period anticipated from June 9, 2025, to June 3, 2028, divided into two pricing tiers. These products are essential for meeting the nutritional needs of military personnel across multiple installations, ensuring quality and compliance with federal standards. Interested vendors should prepare to submit proposals electronically by the extended deadline of April 4, 2025, and may contact Stephanie Milstein or Matthew Sacca for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a solicitation concerning a federal contract, specifically Contract ID SPE30025R0025. The amendment extends the deadline for the receipt of offers from the original date to March 21, 2025, at 3:00 PM Eastern Standard Time. Other terms and conditions of the solicitation and contract remain unchanged. The document also details the process for acknowledging receipt of the amendment by contractors, which must occur prior to the new deadline to avoid rejection of offers. The amendment emphasizes the importance of compliance with submission requirements as outlined in the solicitation. Overall, this modification serves as an administrative adjustment to facilitate the contracting process and ensure an orderly procurement procedure.
    The document outlines a Request for Proposals (RFP) and subsequent bidding for the procurement of dairy products, particularly ice cream and fluid milk, primarily targeting the State of Mississippi and associated military facilities. It details the types of products required, such as various ice cream flavors with specified milk fat content and packaging sizes, as well as additional dairy items like milk, buttermilk, and yogurt with corresponding container sizes and estimated usage durations. Each group of items is organized by a unique code (CLINs), allowing for efficient tracking and management of bids from offerors. The pricing structure includes wholesale prices for various tiers of dairy products, reflecting both federal and local procurement requirements. The emphasis is on ensuring a steady supply of quality dairy to meet estimated future usage. This document serves as a framework for vendors to submit competitive offers and ensure compliance with government standards, highlighting their commitment to transparency, quality, and community support through local sourcing of dairy products. As part of federal and state procurement, it emphasizes the importance of adhering to regulations while fostering partnerships with local suppliers.
    The document outlines various shipping and ordering points for military and governmental facilities in the southeastern United States, primarily focused on Keesler AFB and Gulfport, MS locations. It provides detailed addresses for different dining facilities and logistical support sites associated with the US Air Force, Mississippi Army National Guard, NOAA ships, and other federal entities. Each entry includes the customer facility name, address, city, state, and zip code, along with specific service designations. The purpose of compiling this information is likely to streamline deliveries and logistical operations pertaining to federal requests for proposals (RFPs) or grants. It assists in ordering supplies and coordinating services effectively across multiple military bases and facilities. This structure ensures that essential services such as nutrition and logistics can be fulfilled accurately while highlighting the importance of maintaining efficiency within federal and military operations in the region.
    The STORES Web Reconciliation Tool Guide for EDI Vendors Users, released in September 2024, serves as an instructional manual for utilizing the Subsistence Total Order and Receipt Electronic System (STORES) tool. It focuses on aiding Electronic Data Interchange (EDI) vendors with logging into the system, managing accounts, reconciling invoices and receipts, and submitting short shipment information. Key sections include different login paths (certificate and non-certificate), password management, and account reactivation processes. The guide also details the reconciliation of EDI records, including managing mismatched invoices, receipts without invoices, and creating invoices. Additionally, it provides instructions on order confirmations, fill rate maintenance, and generating reports, ensuring vendors can efficiently navigate the system. The document emphasizes the importance of compliance with DOd usage terms and the proper handling of sensitive information through secure login protocols. Overall, it facilitates streamlined operations for federal vendors working with the Defense Logistics Agency, thereby enhancing efficiency in military supply chain processes.
    The STORES Web Reconciliation Tool Guide for EDI Vendors Users, released in September 2024, serves as an instructional manual for utilizing the Subsistence Total Order and Receipt Electronic System (STORES) tool. It focuses on aiding Electronic Data Interchange (EDI) vendors with logging into the system, managing accounts, reconciling invoices and receipts, and submitting short shipment information. Key sections include different login paths (certificate and non-certificate), password management, and account reactivation processes. The guide also details the reconciliation of EDI records, including managing mismatched invoices, receipts without invoices, and creating invoices. Additionally, it provides instructions on order confirmations, fill rate maintenance, and generating reports, ensuring vendors can efficiently navigate the system. The document emphasizes the importance of compliance with DOd usage terms and the proper handling of sensitive information through secure login protocols. Overall, it facilitates streamlined operations for federal vendors working with the Defense Logistics Agency, thereby enhancing efficiency in military supply chain processes.
    The Market Fresh Item Request Form is a structured document designed to facilitate the procurement of fresh food items for government agencies. It requests detailed product information, including item descriptions, vendor units of measure, individual package specifications, processing requirements, storage needs, fat content, and product grade. Additionally, the form seeks specifics for beverages, such as fruit juice percentage, concentration, and sweetness levels, outlining various options including sugar content and alternative sweeteners. The form stresses the importance of clarity in descriptions, particularly for terms like "light," and encourages the submission of supplementary documents to aid in product cataloging. This structured approach ensures comprehensive data collection tailored to meet the dietary requirements and standards expected in governmental contracts, ultimately supporting the efficient procurement of quality food products.
    The Market Fresh Item Request Form is a structured document designed to facilitate the procurement of fresh food items for government agencies. It requests detailed product information, including item descriptions, vendor units of measure, individual package specifications, processing requirements, storage needs, fat content, and product grade. Additionally, the form seeks specifics for beverages, such as fruit juice percentage, concentration, and sweetness levels, outlining various options including sugar content and alternative sweeteners. The form stresses the importance of clarity in descriptions, particularly for terms like "light," and encourages the submission of supplementary documents to aid in product cataloging. This structured approach ensures comprehensive data collection tailored to meet the dietary requirements and standards expected in governmental contracts, ultimately supporting the efficient procurement of quality food products.
    The document is a solicitation from the Defense Logistics Agency (DLA) Troop Support, specifically targeting the supply of fresh milk, dairy, and ice cream products to Department of Defense (DoD) customers in Mississippi, Arkansas, and Louisiana. The commitment involves entering an indefinite quantity contract (IQC) with a commercial firm, emphasizing the need for contractors to have physical and logistical capabilities to ensure adequate supply. The solicitation specifies that offers must meet certain technical requirements, including having valid sanitation inspections. Submissions are to be made electronically, and offers are evaluated based on a Lowest Price Technically Acceptable (LPTA) criterion. The contract spans three years, divided into two tiers, where pricing must remain competitive. Key points include strict adherence to delivery and order protocols, the requirement for fresh products with sufficient shelf life, and maintaining a minimum fill rate of 97%. Additionally, contractors must comply with the Buy American Act and ensure product integrity against tampering or contamination threats. The document outlines various operational requirements, including quality assurance programs, invoicing protocols, and customer service expectations, marking it a comprehensive guide for potential contractors to adhere to while engaging with the government procurement process.
    The document is a solicitation from the Defense Logistics Agency (DLA) Troop Support, specifically targeting the supply of fresh milk, dairy, and ice cream products to Department of Defense (DoD) customers in Mississippi, Arkansas, and Louisiana. The commitment involves entering an indefinite quantity contract (IQC) with a commercial firm, emphasizing the need for contractors to have physical and logistical capabilities to ensure adequate supply. The solicitation specifies that offers must meet certain technical requirements, including having valid sanitation inspections. Submissions are to be made electronically, and offers are evaluated based on a Lowest Price Technically Acceptable (LPTA) criterion. The contract spans three years, divided into two tiers, where pricing must remain competitive. Key points include strict adherence to delivery and order protocols, the requirement for fresh products with sufficient shelf life, and maintaining a minimum fill rate of 97%. Additionally, contractors must comply with the Buy American Act and ensure product integrity against tampering or contamination threats. The document outlines various operational requirements, including quality assurance programs, invoicing protocols, and customer service expectations, marking it a comprehensive guide for potential contractors to adhere to while engaging with the government procurement process.
    The document details a federal request for proposals (RFP) concerning dairy products for military installations, specifically addressing items like fluid milk and other dairy products. It includes a product schedule, cataloging various milk types—such as low-fat, chocolate, and eggnog—along with cheese and sour cream, and provides detailed estimates for usage over specified periods (12-36 months). The containers range from half-pints to five-gallon bags, highlighting the scale of supply needed for these installations, with accompanying tiered pricing for fluid milk and other dairy products. The structured approach indicates an organized procurement process aimed at fulfilling the nutritional requirements of military personnel. The capture of pricing and usage estimates reflects the government's early commitment to ensuring contract efficiency and meeting supply demands. This document serves to solicit competitive bids from suppliers capable of fulfilling the outlined specifications, thus emphasizing the importance of maintaining quality food supplies in military operations.
    The document is an amendment to a solicitation associated with Contract ID SPE30025R0025, specifically modifying the terms for the provision of dairy products for Fort Johnson, Louisiana. The amendment includes key updates: the solicitation date is extended to April 4, 2025, and the dollar values for Group 5’s milk and dairy items have been revised. The 24-month estimate for the first tier is set at $150,000, with a three-year estimated value of $225,000, guaranteeing a minimum of $7,500 and a maximum of $675,000. The specific items included in the Group 5 category, such as various types of milk, eggnog, cottage cheese, and sour cream, are detailed as part of this update. Importantly, all other terms and conditions of the original contract remain unchanged. This amendment serves to ensure clarity and continuity in the procurement process, reflecting adjustments in product offerings and financial commitments pertinent to the ongoing contract.
    Similar Opportunities
    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.
    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 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.
    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.
    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.
    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.
    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.
    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.
    Fresh Bread & Bakery Products support for DLA Troop Support to military customers in Maryland, Virginia and D.C.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking vendors to supply fresh bread and bakery products to military customers in Maryland, Virginia, and Washington, D.C. This Request for Information (RFI) aims to gather feedback and insights to inform a future solicitation for an indefinite quantity contract, which will require delivery of fresh products within strict timeframes—no more than 24 hours after baking and 72 hours following a non-bake day. The contract is projected to span from April 12, 2026, to April 7, 2029, with an estimated value of $420,347.40, potentially reaching up to $1,261,042.20. Interested vendors must complete the attached Market Research Vendor Survey and submit their responses by December 19, 2025, at 3:00 PM EST to Edith Moss and Alicia Nichols-Harris via email.