Solicitation for Fresh Fruit & Vegetable support for DLA Troop Support's DoD troop and Non-DoD school & tribal customers located in Oklahoma Zone
ID: SPE300-24-R-0015Type: Solicitation
Overview

Buyer

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

NAICS

Perishable Prepared Food Manufacturing (311991)

PSC

FRUITS AND VEGETABLES (8915)
Timeline
    Description

    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for an indefinite quantity contract to supply high-quality fresh fruits and vegetables, as well as shell eggs when required, to Department of Defense (DoD) and USDA customers in the Oklahoma Zone. The procurement aims to provide USDA Grade Number 1 or better quality food products to support DoD troops and Non-DoD USDA school and tribal reservation customers, emphasizing the importance of maintaining nutritional standards for military and educational institutions. Interested vendors must submit their proposals electronically by January 28, 2025, and demonstrate their capabilities as distributors, adhering to specified pricing and logistical requirements. For further inquiries, potential bidders can contact Fabio Patino at fabio.patino@dla.mil or Amy Paradis at amy.paradis@dla.mil.

    Files
    Title
    Posted
    The document outlines a formal request for new produce items under the DLA (Defense Logistics Agency) procurement process, specifically detailing the requirements for vendors to submit proposals for food items intended for troop support or school lunch programs. Key elements include the identification of the requesting activity, the contract number, location (CONUS or OCONUS), and detailed specifications of the produce such as item description, form, refrigeration needs, USDA grade, and packaging information. The request also demands pricing details, including cost per case and distribution fees. Vendors must provide unit measures and the expected monthly usage to facilitate logistical arrangements. There's a note emphasizing the importance of collaboration with the DLA Catalog Account Manager to ensure prompt stocking of these requested items. Overall, this document is a vital component of the government's procurement strategy, facilitating the sourcing of essential food supplies for military and educational institutions.
    The Subsistence Total Ordering and Receipt Electronic System (STORES) EDI Implementation Guidelines provide a framework for the Defense Logistics Agency (DLA) Troop Support regarding electronic data interchange (EDI) communications with vendors for subsistence purchases. The document details contact points for testing, the EDI transaction sets (832, 850, 810), and the associated testing processes. Vendors must test catalogs, purchase orders, and invoices prior to production, ensuring compliance with specific EDI formats. Key processes include timely submission of catalog updates, accurate purchase order generation, and invoice reconciliations. Guidelines emphasize mandatory data elements and provide examples of transaction files. The document further outlines production procedures, maintaining a schedule for transmissions and protocols for issue resolution. Overall, these guidelines aim to standardize the EDI processes to enhance efficiency in food supply logistics for military operations, ensuring proper inventory management and timely delivery while also setting a framework for vendor compliance. This initiative demonstrates the government's commitment to leveraging electronic systems to streamline operations in federal procurement and logistics.
    The document outlines the procedures for conducting unannounced Quality Systems Management Visits (QSMVs) and Produce Quality Audits for contractors supplying produce to the DLA Troop Support. QSMVs may occur due to unsatisfactory performance or complaints, assessing contractor compliance with contract terms, quality programs, and product management. Contractors must facilitate visits to their suppliers, maintain comprehensive records, and rectify any deficiencies noted during audits. The Produce Quality Audit program ensures fresh produce meets specified quality standards, focusing on compliance with contractual obligations, and food safety. Audit outcomes are critical performance indicators, with a minimum acceptability threshold of 85% for freshness and quality. Failure to meet these standards could result in contract termination. Contractors are also responsible for preparing adequately for audits, providing necessary facilities, resources, and maintaining traceability of products to their origin. The document emphasizes the importance of upholding food safety standards and ensuring accountability throughout the supply chain, thereby protecting the interests of DLA Troop Support customers.
    The document outlines procedures for vendors submitting proposals through the DIBBS system for federal RFPs, IFBs, and RFQs. Vendors must complete and sign their proposals in line with the solicitation's requirements and upload all associated documents electronically, with DIBBS being the preferred method. Key sections of the Upload Offers window include areas for uploading documents, tracking pending submissions, and viewing submitted offers. Important guidelines emphasize that late submissions are not accepted regardless of technical issues, and document naming conventions specify allowable characters and size limitations. Once submitted, documents cannot be removed, although updates can be made prior to the solicitation's closing date. The process is designed to standardize submissions and ensure compliance with federal regulations, facilitating efficient handling of vendor proposals in government procurement.
    This document is an amendment to a solicitation specific to the contract ID SPE30024R0015, issued under the authority of the Defense Logistics Agency (DLA). It includes administrative changes, notably revisions to the "Schedule of Items" with corrected formulas and a new title. The original closing date for submissions remains unchanged. The contractor is advised that their acknowledgment of this amendment is necessary for their offer to be considered. The document confirms that, aside from the specified changes, all other terms and conditions of the contract remain in full force and effect. This modification reflects the standard protocol for managing amendments in federal procurement, ensuring clarity and compliance in the contracting process.
    The document is an amendment to a solicitation related to contract SPE30024R0015, detailing administrative modifications. The primary purpose is to extend the closing date for bid submissions from December 17, 2024, to January 28, 2025, providing potential contractors additional time to prepare their offers. It outlines that all other terms and conditions of the original solicitation remain unchanged. To maintain compliance, contractors are instructed to acknowledge receipt of this amendment by including it with their offer submissions. This procedural update is consistent with the policies governing federal solicitations, ensuring clarity and fairness in the bidding process for government contracts.
    The document is an amendment to a government solicitation and modification of a contract, specifically identified by Contract ID Code SPE30024R0015. It outlines procedural updates regarding emergency orders and pricing evaluations. Notably, the language concerning item availability has been revised to emphasize the contractor's obligation to perform full evaluations, negotiations, and price determinations while adhering to regulatory standards. The amendment states explicitly that the closing date for received offers is not extended, maintaining urgency in the procurement process. Despite these modifications, all other terms and conditions of the initial solicitation remain unchanged and in full effect. The signing authorities, address details, and compliance requirements echo standard federal practices in managing contract modifications, ensuring all parties are aware of their responsibilities following the amendments. This document serves to formally update and clarify specific contractual obligations, reflecting the government's ongoing management of procurement activities.
    The document outlines a schedule of items for the procurement of various food products intended for Oklahoma government entities, specifically related to RFPs (Requests for Proposals) targeting schools and facilities. It categorizes items including fresh fruits, vegetables, and other food supplies, detailing their descriptions, quantities, and required unit weights. Vendors are instructed to fill in certain fields while leaving shaded areas untouched, emphasizing the necessity for accurate invoicing by referencing government item numbers. The document's structure includes numbered items paired with corresponding government stock numbers and average weights, facilitating organized bidding and procurement processes. The schedule addresses estimated quantities over a 24-month period and highlights the importance of freight inclusion in pricing. In summary, this procurement document serves as a guideline for vendors to submit bids for food supplies to state entities, streamlining the acquisition process while ensuring adherence to specifications outlined in federal and local grant frameworks. The consistency in format and clarity in instructions reflect an organized effort to enhance food distribution within Oklahoma schools and facilities, underscoring the collaborative efforts between government and vendors to meet essential nutritional needs.
    The document outlines a Schedule of Items related to a solicitation for food products intended for distribution to Oklahoma troops and schools over a specified duration. It consists of multiple attachments detailing various food items such as fresh fruits, vegetables, and other commodities. Each item includes a government stock number, a description, estimated quantities, and specific packaging requirements. The solicitation is structured in tiers, evaluating bids for different quantities and distribution levels, emphasizing the importance of freight-included unit pricing. The document highlights that vendors must fill out specified white fields, leaving shaded fields intact. It encourages comprehensive bidding on all listed items to ensure adequate supply for the targeted government entities. The key purpose of the document is to facilitate the procurement process through clear guidelines for potential suppliers, ensuring that state and local agencies can obtain necessary food supplies. By including detailed item specifications, estimated quantities, and instructions for submitting bids, the document underscores its role within the framework of government requests for proposals (RFPs) and grants designed to meet public needs effectively.
    The document outlines the Oklahoma Delivery Schedule for two primary groups: military service customers and public schools. It provides details on ordering points, delivery locations, and addresses for various facilities in Oklahoma, including military bases like Tinker Air Force Base and Fort Sill, as well as numerous public schools across the state. Each entry lists the customer name, delivery days (Monday to Saturday), and specific site addresses, ensuring clarity in logistics for service providers. This structured schedule aims to facilitate efficient delivery and service management for military operations and school nutrition programs, highlighting the government's focus on supporting both defense and education sectors through organized planning and resource allocation.
    The solicitation SPE300-24-R-0015 issued by the Defense Logistics Agency (DLA) outlines the requirement for an indefinite quantity contract to supply high-quality fresh fruits and vegetables (FF&V) and, when required, shell eggs to Department of Defense (DoD) and USDA customers in Oklahoma. The contract is broadly open for competition, with a focus on acquiring items of USDA Grade Number 1 or better quality. Offerors must demonstrate their capabilities as current distributors, providing necessary licenses and certifications. Proposals are to be submitted electronically by January 21, 2025. The contract spans five years, divided into three tiers, and employs a Lowest Price Technically Acceptable (LPTA) selection process. The evaluation of proposals will focus on pricing, ensuring that all pricing adjustments align with the Economic Price Adjustment provisions specified in the solicitation. Additionally, the contractor must maintain electronic ordering catalogs and have logistics capabilities to meet customer demands. Compliance with business ethics and various regulatory requirements, especially those concerning security access to military installations, is also emphasized. This solicitation highlights the federal government's commitment to ensuring effective supply chain management while supporting local economies and small businesses.
    Similar Opportunities
    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.
    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.
    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.
    Presolicitation Notice for Subsistence Prime Vendor Support for Mexico
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking information from vendors regarding the provision of fresh fruits and vegetables to military and federally funded customers at various ports in Mexico, including Huatulco, Manzanillo, Puerto Vallarta, and Tiapas-Tapachula. This Request for Information (RFI) aims to gather insights on vendors' operational capabilities, including their ability to manage an estimated annual contract value of $350,000, and to understand their logistics, food distribution capabilities, and concerns related to the supply of fresh produce in the specified areas. Interested vendors are encouraged to respond by December 29, 2025, and should direct their inquiries to Michael Agovino at MICHAEL.AGOVINO@DLA.MIL or Steven Bogrette at steven.bogrette@dla.mil, as the government will not compensate for any information provided in response to this RFI.
    Fresh Fruits & Vegetables (FF&V) Support for DoD & Non-DoD Customers – Kwajalein Atoll
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support Indo-Pacific, is seeking a commercial distributor to supply Fresh Fruits and Vegetables (FF&V) to both DoD and select Non-DoD customers located on Kwajalein Atoll. The procurement involves an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, emphasizing the need for high-quality, U.S.-sourced produce that meets USDA Grade 1 standards and maintains a 7-day shelf life upon delivery. This contract, valued at approximately $31.5 million over five years, requires detailed delivery and logistics plans, adherence to food safety regulations, and compliance with various federal standards. Interested vendors must submit their proposals by January 4, 2026, and can direct inquiries to Bradley Ah Nee at bradley.ahnee@dla.mil or Kirk Moser at kirk.moser@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.
    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.
    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.
    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.
    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.