Request for Information (RFI) for Fresh Bread & Bakery Products support for DLA Troop Support to military customers in Louisiana and Mississippi, USA
ID: SPE300-25-R-0021Type: Combined Synopsis/Solicitation
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 an indefinite quantity contract to supply fresh bread and bakery products to military facilities in Louisiana and Mississippi. The procurement aims to ensure a consistent supply of quality bakery items, adhering to strict freshness and sanitation standards, while complying with the Berry Amendment for U.S. sourcing. This initiative is vital for supporting the nutritional needs of DoD troop customers, enhancing their operational readiness. Interested vendors must submit their proposals by February 10, 2025, for a contract period spanning from March 30, 2025, to March 25, 2028. For further inquiries, vendors can contact Melisia Riley at melisia.riley@dla.mil or Matthew Sacca at matthew.sacca@dla.mil.

    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) for the supply of bread and bakery items to military facilities in Louisiana and Mississippi. It details the specific items required, including various types of bread and rolls, with a focus on fresh, pan-baked products. The pricing structure is organized into two tiers: Tier 1 covering the period from March 30, 2025, to March 27, 2027, and Tier 2 from March 28, 2027, to March 25, 2028. Each item must have a specified price per package, adhering to strict pricing formats. Price calculations for the different bread and roll varieties are presented, although several sections contain computational errors or omissions marked "#DIV/0!". The ultimate goal is to procure quality bakery products to support military operations while ensuring compliance with pricing standards. The document serves as a formal procurement instrument, reflecting the federal government's structured approach to obtaining goods and services through RFP processes.
    This document outlines various military and governmental shipping and facility details, primarily focused on Fort Johnson and other associated military locations. It includes the names of units, addresses, and customer facilities for shipments associated with specific ordering points. Notable entities include the Baynes Jones Army Community Hospital, the Warrior Brigade at Fort Johnson, and the Indiana National Guard Training Center at Camp Atterbury. Other involved locations include Naval Air Station Meridian and Mississippi Air National Guard units. Each entry is structured to detail the facility name, associated orders, mailing addresses, and customer state and zip codes. This document provides an organized reference for managing logistical support and deliveries essential for military operations while adhering to formal governmental protocols for federal and local RFPs.
    The document titled "Market Fresh Item Request Form" serves as a template for government agencies to request specific food items for procurement. It outlines various fields that must be completed by the vendor, detailing product specifications such as item name, description, unit of measure, weight, processing type, and storage requirements (e.g., refrigeration needs, freshness state). Additional sections inquire about fat content, product grade, beverage specifications, and additional features like dietary restrictions. The form emphasizes clarity in product descriptions, particularly around ambiguous terms such as "light." Finally, it encourages the inclusion of supporting documents, such as nutrition specifications and product labels. This request form aids in cataloging food items efficiently for federal procurement processes, ensuring compliance with quality standards and nutritional needs.
    The document outlines the ordering and shipping information for various military and government facilities, primarily focused on Fort Johnson and other locations in Louisiana and Mississippi. It includes details such as customer names, facility types, addresses, and contact points, showcasing a structured format that encapsulates essential logistical data. Key entries involve multiple U.S. Army units stationed at Fort Johnson alongside the Mississippi Air National Guard and other military installations. Each facility is identified by code, alongside its corresponding building numbers and addresses, facilitating record-keeping and service ordering for government procurement. The purpose of this document aligns with standard procedures followed in federal RFPs and grants, ensuring efficient delivery of services and materials to various military entities. Overall, it exemplifies the vital administrative support necessary for maintaining the operational effectiveness of government and military branches.
    The Subsistence Total Ordering and Receipt Electronic System (STORES) EDI Implementation Guidelines outline the framework for Electronic Data Interchange (EDI) processes utilized by the Defense Logistics Agency (DLA) Troop Support for subsistence operations. The document details the testing process for EDI transactions (including catalog submissions, purchase orders, and invoices), emphasizing the need for successful testing before transitioning to production. It identifies key points of contact for testing various EDI transaction types (832, 850, and 810) and sets forth production procedures, including transmission schedules, problem recovery, and guidelines for catalog and purchase order updates. Additionally, the guidelines specify requirements for data elements in EDI transaction sets, particularly highlighting mandatory, conditional, and optional elements. Specific segments are comprehensively described, detailing values and definitions necessary for compliance. By standardizing these processes, the DLA aims to streamline procurement and invoicing systems, ensuring efficiency and adherence to governmental regulations in subsistence supply chains. This initiative underscores the commitment to modernizing logistics operations within the Department of Defense, aligning with broader government objectives for effective resource management.
    The government is seeking market research for a potential Indefinite Delivery Purchase Order contract to supply fresh bread and bakery products for Department of Defense (DoD) military customers in Louisiana and Mississippi, with a maximum value of $525,000 over a 36-month performance period. Interested vendors must provide information about their capabilities, prior government experience, and whether they are registered with required procurement systems. Additionally, they need to specify their delivery logistics, subcontracting needs, and feedback on the feasibility of servicing military customers specific to Fort Johnson and NAS Meridian. The document details necessary compliance requirements, such as adherence to federal regulations and maintenance of the Subsistence Total Order and Receipt Electronic System (STORES) for order processing. Vendors must support various EDI transactions for efficient processing, and should have alternative ordering methods in case of system outages. Responses are requested by December 9, 2024, to assist the government in understanding vendor capacity to meet military needs for bread and bakery products effectively.
    The document consists of disjointed, indecipherable characters and data that do not convey coherent information. It appears to have gone through a corruption process, rendering it unreadable as a government file regarding RFPs (Requests for Proposals), federal grants, or state/local RFPs. Without discernible content, it is impossible to summarize the main topics or key ideas, as there is no structured information, supporting details, or contextual relevance to government contracts or funding opportunities. Consequently, the file does not fulfill the expected document structure and lacks any articulable purpose or guidance related to federal or state proposal processes.
    The file outlines a solicitation for an indefinite quantity contract (IQC) by the Defense Logistics Agency (DLA) Troop Support to supply fresh bread and bakery products to Department of Defense (DoD) customers in Louisiana and Mississippi. The solicitation is open for submissions until February 10, 2025, with a contract period from March 30, 2025, to March 25, 2028. Key requirements include proposals covering all items listed, compliance with the Berry Amendment for U.S. sourcing, and maintaining a minimum contract fill rate of 97%. Contractors must also demonstrate electronic data interchange (EDI) capabilities for order processing and must ensure all products conform to strict freshness and sanitation standards. The document emphasizes integrity, outlining contractor obligations regarding ethics, recall procedures, and quality assurance. It serves as a comprehensive guide for prospective bidders to prepare submissions adhering to the outlined terms and conditions, which includes ensuring proper documentation in the System for Award Management (SAM) and offering competitive pricing on all products listed.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.