Alaska Prime Vendor (DLA Troop Support Subsistence)
ID: SPE0025R0011Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Food Manufacturing (311999)

PSC

SPECIAL DIETARY FOODS AND FOOD SPECIALTY PREPARATIONS (8940)
Timeline
  1. 1
    Posted Feb 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 7:00 PM UTC
Description

The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Alaska Prime Vendor contract (Solicitation SPE300-25-R-0011), aimed at providing full-line food services support to military and federally funded customers in Alaska. This procurement is intended to secure a reliable supply of various food items, including dairy, meats, and meal kits, essential for sustaining military operations in the region. The contract will be a 5-year Tiered Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement, emphasizing ethical sourcing and compliance with federal regulations, particularly concerning labor practices. Interested parties must submit their proposals electronically by April 3, 2025, at 3:00 PM EST, and can contact Matt DePetris or Veronica Faso for further information.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 6:05 PM UTC
The document details a solicitation (SPE300-25-R-0011) for food supplies in Alaska, focusing on pricing and distribution across two zones. It specifies product categories including a variety of food items, ranging from dairy and meats to frozen vegetables and meal kits. The pricing structure is tiered, with different lengths for each tier, and includes delivered pricing evaluations for competitive bidding. The primary aim is to source food items for government operations, requiring adherence to delivery timelines and pricing considerations over five years. The solicitation underscores the need for efficient logistics and quality supplies to meet nutritional requirements in Alaska. By aggregating pricing from various suppliers, the government aims to secure the best cost-effective solutions while adhering to regulations governing food supply contracts. This solicitation serves as a significant mechanism for federal spending in support of food distribution within federal, state, or local government entities.
Mar 4, 2025, 5:06 PM UTC
The document details Solicitation # SPE300-25-R-0011 from the federal government, specifically targeting procurement in Alaska. It includes tiered pricing and product specifications for various food items, highlighting items for distribution in two zones. Key components involve established pricing tiers (Tier #1, Tier #2, and Tier #3) for multiple categories of food products with concerns regarding the pricing calculations marked as #DIV/0!. It lists an extensive assortment of food items, including advanced goods such as sauces, soups, frozen foods, fresh produce, and dairy products with distinct unit measurements. Additionally, it specifies the expected annual quantity per item based on historical data, alongside conditional adjustments for offered product sizes. Distribution category pricing is defined, emphasizing necessary logistics and methods for delivering these goods. The document serves as a Request for Proposals (RFP), aiming to solicit competitive bids for supplying food products necessary for government operations in the region, ensuring compliance with federal procurement procedures and requirements for resource allocation. Overall, it represents a structured approach to fulfilling public sector food supply needs while addressing pricing and logistical considerations unique to the Alaska region.
Apr 7, 2025, 6:05 PM UTC
The document is an Official DLA Troop Support OCONUS Subsistence Price Quote Sheet, specifically designed for manufacturers under solicitation SPE300-25-R-0011 for the Alaska region. It outlines the requirements for providing a quote for items listed in the market basket for military subsistence. Manufacturers must fill in details such as their name and address, the facility where products will be manufactured, and contact information for military sales. The quote sheet includes sections for identifying the item, pricing information, and signature verification. Essential pricing details requested include the delivered price, unit of measure, applicable discounts, and payment terms. The form emphasizes that all entries must be completed without alterations for validity, underscoring the structured process necessary to procure subsistence items for military use. This quote sheet is integral to the federal procurement process, facilitating transparent and accurate pricing details for government contracts.
Mar 4, 2025, 5:06 PM UTC
The document is an Official DLA Troop Support OCONUS Subsistence Price Quote Sheet for the Defense Logistics Agency, specifically under solicitation SPE300-25-R-0011 for the Alaska region. It requires manufacturers to complete various fields, making the submission of pricing and item information crucial for valid quotes. Key components include identifying the manufacturer, address, and facility details, alongside a point of contact for military sales. The quote sheet also specifies item information such as market basket details, alternative items, and required pricing details, including delivered price, National Allowance Pricing Agreement discounts, and effective time periods for quotes. This form is part of federal procurement processes aimed at standardizing submissions for food and subsistence supplies to military operations. It emphasizes completing the form accurately, adhering to specifications, and ensuring effective communication with manufacturers. The structured format underscores the importance of clear data presentation in government contracting. This initiative reflects the military's commitment to efficient logistics and supplier engagement.
Apr 7, 2025, 6:05 PM UTC
The "Subsistence Total Ordering and Receipt Electronic System (STORES) EDI Implementation Guidelines" document outlines the Electronic Data Interchange (EDI) transaction processes between the Defense Logistics Agency (DLA) Troop Support and vendors for catalog management, purchase orders, and invoicing. The guidelines highlight the essential transaction sets: 832 (catalog), 850 (purchase order), and 810 (invoice), detailing the procedures for testing and production phases. Key contacts for EDI testing are provided, emphasizing that successful testing of all transaction types is mandatory before contracts can proceed to production. The document specifies transmission schedules, problem recovery procedures, and requirements for each transaction type, ensuring compliance with federal standards and enhancing operational efficiency. The EDI Guidelines also emphasize timely updates and communication to prevent errors in catalog pricing and invoicing, as well as the importance of matching receipts with invoices to facilitate timely payments. This framework is vital for effective supply chain management within military-supported food services, reflecting the DLA's commitment to streamlined operations and vendor collaboration.
Apr 7, 2025, 6:05 PM UTC
The document addresses questions and answers related to Solicitation SPE300-25-R-0011, specifically regarding procurement processes and requirements for a government contract. It confirms that quotes for pricing must be dated no earlier than February 11, 2025, and clarifies the submission requirements, which include a completed manufacturer quote sheet and price documentation. The document outlines the evaluation criteria, emphasizing a weighted factor of 30% for the firm-fixed price portion to reflect the distribution price's significance. Key responses detail that items not meeting established Service Requirements may be deemed unacceptable and that a Food Defense Plan is not required with the submission. Clarifications regarding contract implementation indicate a 120-day ramp-up period rather than the previously stated 60 days. Additionally, it highlights the process for procuring excess stock from the incumbent Prime Vendor, emphasizing appropriate stock levels and supplier responsibilities. The document also addresses logistical concerns, such as airlift requirements and pricing structures, ensuring that all product costs, including freight rates, are incorporated into the proposed delivered pricing. Overall, this document serves to clarify bid submission expectations and operational requirements for potential contractors, emphasizing the importance of compliance and accurate documentation in the solicitation process.
Apr 7, 2025, 6:05 PM UTC
The document is a solicitation from the DLA Troop Support in Philadelphia for commercial items, specifically related to subsistence. Issued under solicitation number SPE300-25-R-0011, it specifies an unrestricted acquisition, encouraging participation from various small business categories including HUBZone, Women-Owned, and Service-Disabled Veteran-Owned Small Businesses. The offer due date is set for March 13, 2025, at 3:00 PM EST. It includes essential information such as the solicitation issue date of February 11, 2025, and contains instructions for potential offerors to complete specific forms and provide necessary information. The solicitation incorporates standard contract clauses and lists four attachments: a Statement of Work, a Pricing Spreadsheet, an Alaska Quote Sheet, and Stores and FFAVORS Manuals, which are crucial for prospective bidders to prepare their proposals. The overall aim is to secure contractors who can deliver specified goods and services according to the outlined terms and conditions, ensuring compliance and successful execution of the contract. Ultimately, it reflects the government's effort to foster small business involvement while addressing military supply needs efficiently.
Mar 4, 2025, 5:06 PM UTC
The document is a solicitation from the DLA Troop Support in Philadelphia for commercial items, specifically related to subsistence. Issued under solicitation number SPE300-25-R-0011, it specifies an unrestricted acquisition, encouraging participation from various small business categories including HUBZone, Women-Owned, and Service-Disabled Veteran-Owned Small Businesses. The offer due date is set for March 13, 2025, at 3:00 PM EST. It includes essential information such as the solicitation issue date of February 11, 2025, and contains instructions for potential offerors to complete specific forms and provide necessary information. The solicitation incorporates standard contract clauses and lists four attachments: a Statement of Work, a Pricing Spreadsheet, an Alaska Quote Sheet, and Stores and FFAVORS Manuals, which are crucial for prospective bidders to prepare their proposals. The overall aim is to secure contractors who can deliver specified goods and services according to the outlined terms and conditions, ensuring compliance and successful execution of the contract. Ultimately, it reflects the government's effort to foster small business involvement while addressing military supply needs efficiently.
Apr 7, 2025, 6:05 PM UTC
The document concerns an amendment to a federal solicitation, specifically contract SPE30025R0011, issued by the Defense Logistics Agency. It details the extension of the submission deadline for offers and incorporates new clauses aimed at prohibiting procurement from the Xinjiang Uyghur Autonomous Region (XUAR) due to concerns over forced labor. Notably, the clauses (252.225-7059 and 252.225-7060) stipulate that the Department of Defense will not knowingly procure goods produced with forced labor from XUAR. Contractors must ensure that such labor is not utilized in contract fulfillment, and they are required to include similar stipulations in any subcontracts. The document reaffirms that all other terms and conditions remain unchanged, signaling a strong stance on ethical sourcing while complying with legal requirements related to forced labor. Overall, the amendment emphasizes safeguarding against human rights violations in supply chains involved in government contracts.
Apr 7, 2025, 6:05 PM UTC
The document outlines the Request for Proposal (RFP) SPE300-25-R-0011 for the Subsistence Prime Vendor in Alaska, administered by DLA Troop Support. The submission deadline for offers is set for April 3, 2025, and all proposals must be submitted electronically via the DLA Internet Bid Boards System (DIBBS). Candidates are required to provide extensive information, including their contractor codes, type of business, and compliance with various federal regulations, including certification under the Iran Sanctions Act. The RFP emphasizes the necessity for a business ethics code, mandate for fair subcontracting practices, and performance standards. Offerors must clarify their negotiations representatives and submit comprehensive pricing spreadsheets for evaluation. There is an explicit warning about the government's right to cancel the solicitation, releasing it from liability for incurred proposal costs. Additionally, a pre-proposal question session is scheduled, with a set deadline for inquiries to ensure clarity on the solicitation’s requirements. The document reflects compliance with prevailing laws and policies, highlighting the government’s commitment to ethical practices in procurement. The detailed structure includes clauses on the contract's terms, performance metrics, and specific requirements for submission, with a focus on promoting small business participation and adhering to federal regulations throughout the contract lifecycle.
Apr 7, 2025, 6:05 PM UTC
The document is an amendment to a government solicitation, specifically for contract SPE30025R0011. It officially extends the deadline for receipt of offers to April 3, 2025, at 3:00 PM Eastern Standard Time. All other terms and conditions of the previous solicitation remain unchanged. The amendment includes administrative changes as per FAR 43.103(b), indicating compliance with federal procurement regulations. Contractors must acknowledge receipt of the amendment through specific methods to ensure their offers are considered. The document is structured to clearly outline the context of the amendment, including the original solicitation number, modification details, and requirements for contractor acknowledgment. The amendment is issued by the DLA Troop Support Directorate of Subsistence, ensuring that all parties understand the updated timeline for proposal submissions while maintaining existing contractual obligations.
Mar 4, 2025, 5:06 PM UTC
The document is an amendment to a government solicitation, specifically for contract SPE30025R0011. It officially extends the deadline for receipt of offers to April 3, 2025, at 3:00 PM Eastern Standard Time. All other terms and conditions of the previous solicitation remain unchanged. The amendment includes administrative changes as per FAR 43.103(b), indicating compliance with federal procurement regulations. Contractors must acknowledge receipt of the amendment through specific methods to ensure their offers are considered. The document is structured to clearly outline the context of the amendment, including the original solicitation number, modification details, and requirements for contractor acknowledgment. The amendment is issued by the DLA Troop Support Directorate of Subsistence, ensuring that all parties understand the updated timeline for proposal submissions while maintaining existing contractual obligations.
Apr 7, 2025, 6:05 PM UTC
The document serves as an amendment to a federal contract, identified as SPE30025R0011, modifying solicitation and contract details, including the closing date for offers now extended to April 3, 2025, at 3:00 PM (EST). The amendment includes the issuance of four attachments that provide updated information regarding offers, the statement of work (SOW), and pricing relevant to the contract. Notably, the SOW SPE300-25-R-0011 is conformed to replace any prior versions, ensuring that all stakeholders are working with the most current information. The document stresses the necessity for contractors to acknowledge the amendment to prevent their offers from being rejected, while also confirming that all other contract terms remain unchanged. This amendment reflects the standard procedural modifications typical in government contracting, emphasizing transparency and compliance in the procurement process.
Apr 7, 2025, 6:05 PM UTC
The document is an amendment to a solicitation for a federal government contract, specifically modifying contract SPE30025R0011. The primary purpose of this amendment is to adjust the closing date for offers, extending it to April 3, 2025, at 3:00 PM Eastern Standard Time. The amendment includes the requirement for contractors to acknowledge receipt of this change to ensure their offers are considered valid. Attached to the amendment is a document addressing offeror questions and changes to the Statement of Work (SOW). All terms and conditions of the original solicitation remain in effect aside from the specified changes. This document reflects standard procedural updates to maintain the integrity of the contracting process and ensure compliance with federal acquisition regulations.
Apr 7, 2025, 6:05 PM UTC
The document is an amendment regarding a federal solicitation under the contract ID SPE30025R0011. It outlines modifications to the closing date for offers, which has been extended to April 17, 2025, at 3:00 PM Eastern Standard Time. The document instructs contractors to acknowledge the receipt of this amendment in their submissions, indicating potential consequences for non-compliance. It also notes that aside from the changes specified, all other terms and conditions of the original solicitation remain effective. The modification is issued under established federal regulations to ensure clarity and compliance in the procurement process. Overall, this amendment serves to officially communicate changes necessary for contractors participating in the solicitation, reinforcing adherence to procedure and timelines.
Apr 7, 2025, 6:05 PM UTC
The document outlines the Request for Proposal (RFP) SPE300-25-R-0011 for a Prime Vendor contract in Alaska, focusing on subsistence food supplies. Key details include the proposal deadline of March 13, 2025, and instructions for submission via the DLA Internet Bid Board System (DIBBS). Offerors, especially joint ventures, must ensure all parties sign the solicitation. The document emphasizes compliance with government regulations, including FAR clauses related to ethics, business conduct, and certifications. It insists on a clear format for proposals, prohibits postal submissions, and defines prerequisites for documentation and pricing spreadsheets. Additionally, it establishes a pre-proposal Q&A period, with questions accepted until February 25, 2025. The RFP underscores the importance of accurate disclosures regarding telecommunications services and equipment compliance. The comprehensive terms aim to ensure competitive bidding and integrity in contract award processes for the acquisition of food supplies tailored to military needs in Alaska, reinforcing government transparency and supplier accountability.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Pre-Solicitation/Synopsis - EL PASO TEXAS & NEW MEXICO SPE300-25-R-0007
Buyer not available
The Defense Logistics Agency (DLA) Troop Support is preparing to solicit proposals for Prime Vendor support in the El Paso, Texas, and New Mexico regions, serving key military installations such as Ft. Bliss and Holloman AFB. The procurement will involve various subsistence items from the 8900 Federal Catalog or their commercial equivalents, with an estimated total value of $77,091,028 over a 60-month period, divided into two pricing tiers. This opportunity is crucial for ensuring timely delivery of essential supplies to federal agencies, and the contract will be awarded based on Best Value, Tradeoff procedures. Interested vendors should note that the Request for Proposal (RFP) will be available on the DLA's DIBBS website by April 2025, and they can reach out to Antoinette Patterson or Ursula McCoy for further inquiries.
(Amended) Pennsylvania, New Jersey, Southern New York and Surrounding Areas
Buyer not available
The Defense Logistics Agency (DLA) Troop Support is seeking proposals for Subsistence Prime Vendor (SPV) support in Pennsylvania, New Jersey, Southern New York, and surrounding areas. The procurement requires the delivery of various subsistence items from the federal supply group, with a focus on "just in time" delivery, beginning no later than 120 days post-award. This contract, valued at a maximum of $82,744,451.80, will be a Fixed-Price contract with Economic Price Adjustments, spanning a total of five years divided into three tiers. Interested vendors should prepare to interface with the Government’s established transaction package and submit proposals in response to the forthcoming Request for Proposal (RFP) SPE300-25-R-0002, which will be available on the DLA BSM DIBBS website in May 2025. For further inquiries, contact Vance S. Corey at vance.corey@dla.mil or 215-737-5444, or Kyle Vinson at kyle.vinson@dla.mil or 215-737-7487.
(Amended) Full Line Food and Beverage Support for DLA customers in the states of Missouri and Illinois and Surrounding areas
Buyer not available
The Defense Logistics Agency (DLA) Troop Support is seeking a contractor to provide Full Line Food and Beverage Support for DLA customers in Missouri, Illinois, and surrounding areas. The procurement involves delivering various subsistence items on a "just in time" basis, with the contractor required to interface with the Government’s established transaction package and support Electronic Data Interchange transaction sets. This contract, valued at a maximum of $540,638,783.35, 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 2024. For further inquiries, contact Dakota Donnelly at Dakota.donnelly@dla.mil or Vance S. Corey at vance.corey@dla.mil.
SOLICITATION: SPE605-25-R-0208 (ALASKA, POSTS, CAMPS & STATIONS (PC&S) PP 3.9)
Buyer not available
The Defense Logistics Agency (DLA) Energy is soliciting proposals for the procurement of various fuel products for the Department of Defense and federal civilian agencies in Alaska, under solicitation number SPE605-25-R-0208. The procurement encompasses a delivery period from October 1, 2025, to September 30, 2030, with specific requirements for fuel types and delivery methods, particularly addressing challenges at locations like Eareckson Air Station due to ongoing pier repairs. This opportunity emphasizes a partial small business set-aside, encouraging participation from small vendors while ensuring compliance with federal acquisition regulations. Interested parties must submit their proposals electronically via the DLA Energy Offer Entry Tool by May 12, 2025, at 10:00 PM EST, and can direct inquiries to Sandra A. Smallwood at sandra.smallwood@dla.mil or Kimberly Binns at kimberly.binns@dla.mil.
Presolicitation Notice for Fresh Milk, Dairy and Ice Cream Products for DLA Troop Support to military customers in the States of Mississippi, Arkansas and Louisiana
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for a presolicitation notice regarding the procurement of fresh milk, dairy, and ice cream products for military customers in Mississippi, Arkansas, and Louisiana. The contract will be structured as a firm-fixed price Indefinite Quantity Contract (IQC) and will cover various groups of dairy products, with a contract period anticipated from April 23, 2025, to April 8, 2028. This procurement is crucial for ensuring the availability of essential food supplies to military personnel in the specified states. Interested vendors can expect the solicitation to be posted on SAM.gov and DIBBS, with the anticipated release date set for January 28, 2025. For further inquiries, potential offerors may contact Stephanie Milstein at stephanie.milstein@dla.mil or Matthew Sacca at matthew.sacca@dla.mil.
Solicitation Notice for Market Fresh Milk & Dairy Product support for DLA Troop Support military customers in the State of Virginia (Ft Eustis, Ft AP Hill, Ft Gregg Adams & Langley AFB Area)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for the supply of market fresh milk and dairy products to military customers in Virginia, specifically at Fort Eustis, Fort A.P. Hill, Fort Gregg Adams, and Langley Air Force Base. The procurement aims to provide essential food supplies, including various types of milk and dairy items such as buttermilk, yogurt, sour cream, and cottage cheese, to support military operations and USDA school customers in the region. This solicitation is critical for ensuring the availability of nutritious food options for service members and their families, contributing to overall troop welfare. Interested vendors must submit their proposals by May 12, 2025, at 3:00 PM Eastern Standard Time, and can reach out to Katie Ann Wimsey or James Barr via email for further inquiries.
Pre-solicitation Fresh Fruit & Vegetable support for DLA Troop Support's DoD (Troop) and Non-DoD (USDA school and reservation) customers located in El Paso, Texas and New Mexico
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is preparing to solicit proposals for a comprehensive supply of fresh fruits and vegetables to support both DoD troops and Non-DoD USDA school customers in the El Paso, Texas, and New Mexico regions. The procurement aims to establish a contract that will provide indefinite quantities of produce over a five-year period, with a maximum total contract value of $82,005,000, emphasizing the importance of quality and compliance with food safety standards. Interested small businesses must possess a valid Perishable Agricultural Commodities Act (PACA) license and a current USDA Good Agricultural Practices (GAP) audit report to be eligible for consideration. Proposals are expected to be submitted by the solicitation's issue date in November 2024, with the contract anticipated to commence on September 29, 2025. For further inquiries, potential offerors can contact Gregory Barksdale at gregory.barksdale@dla.mil or Amanda Quaile at Amanda.Quaile@dla.mil.
Solicitation Notice for Fresh Fruit and Vegetable support for DoD Troop and USDA School Customers in the Middle Atlantic Zone
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for an indefinite quantity contract to supply fresh fruits, vegetables, and shell eggs to DoD and USDA school customers in the Middle Atlantic Zone. This procurement is specifically set aside for small businesses, requiring vendors to provide USDA Grade Number 1 or better quality products while demonstrating the capability to source, store, and deliver these items with high customer service standards. The contract, which spans five years, emphasizes compliance with quality and pricing requirements, including the necessity for a valid Perishable Agricultural Commodities Act (PACA) license and Good Agricultural Practices (GAP) certifications. Interested parties must submit their proposals by May 6, 2025, at 3 PM EDT, and can contact Marcus Berenato or James Barr for further information.
Fresh Milk and Dairy Products Support for DoD Troop Customers in Georgia
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking information from suppliers regarding the provision of fresh milk and dairy products for military customers in Georgia. The procurement aims to establish indefinite quantity contracts to supply fresh dairy items, adhering to strict freshness and quality standards, to various military installations including Fort Benning, Fort Eisenhower, and Fort Stewart. This initiative is crucial for meeting the nutritional needs of military personnel, with a contract performance period from November 16, 2025, to November 11, 2028, and a maximum value of $22.5 million. Interested vendors are encouraged to respond to the attached market research survey by May 3, 2025, and should direct their inquiries to Amy Paradis at amy.paradis@dla.mil or Ronald Booth at ronald.booth@dla.mil.
Fresh, fruit, vegetables and fresh bread
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking responses to a presolicitation for the procurement of fresh fruits, vegetables, and fresh bread to support U.S. Coast Guard and U.S. Navy ships in Panama. The contract, estimated at $125,000 with a maximum value of $250,000, aims to ensure reliable supply and delivery of perishable food items to authorized customers at the Ports of Colon and Balboa. Interested vendors are encouraged to provide information regarding their operational capacity, business type, and ability to meet the specified requirements, with responses due by May 2, 2025. For inquiries, vendors may contact Kenyatta Richards at Kenyatta.Richards@dla.mil or Donovan Mahoney at donovan.mahoney@dla.mil.