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 Information (RFI) for Fresh Fruit & Vegetable support for DLA Troop Support's DoD and Non-DoD customers located in State of Mississippi
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking information from vendors capable of supplying fresh fruits and vegetables to both DoD and non-DoD customers in Mississippi. The procurement aims to establish a reliable source of nutritious food options, with an estimated total contract value of $49,875,000 over a five-year period, and a performance timeline of 24 months. Vendors will be required to interface with electronic ordering systems, maintain accurate catalogs, and demonstrate past experience with federal contracts. Interested parties must respond to a questionnaire by March 11, 2025, to express their capabilities and interest in fulfilling these requirements. For further inquiries, vendors can contact Joshua Weber at joshua.weber@dla.mil or Matthew Sacca at matthew.sacca@dla.mil.
    Request for Information (RFI) for Fresh Fruit and Vegetable support for USDA School/Reservation Customers in the Wyoming Zone
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking information from vendors regarding the provision of fresh fruits and vegetables for USDA school and reservation customers in Wyoming. This Request for Information (RFI) aims to gather insights for a re-solicitation of Full Line Fresh Fruit and Vegetables (FF&V) contracts, which will support non-DoD customers, including schools and reservations, with a total estimated contract value of $49,555,805 over a potential five-year period. The selected vendor will be required to utilize the Fresh Fruit and Vegetable Order Receipt System (FFAVORS) for order management, ensuring efficient processing of customer orders. Interested vendors must respond by March 7, 2025, and can direct inquiries to Robert Small at Robert.Small@dla.mil or Amanda Quaile at Amanda.Quaile@dla.mil.
    Alaska Prime Vendor (DLA Troop Support Subsistence)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for a Prime Vendor contract to supply subsistence food products in Alaska under solicitation number SPE300-25-R-0011. The procurement aims to establish a reliable source for various food items, including sauces, soups, frozen foods, fresh produce, and dairy products, necessary for military operations in the region. This initiative is crucial for ensuring that the armed forces have access to essential food supplies while adhering to federal procurement regulations and logistical requirements unique to Alaska. Interested vendors must submit their proposals by March 13, 2025, with an amendment extending the deadline for offers to April 3, 2025, at 3:00 PM EST. For further inquiries, potential bidders can contact Matt DePetris at matthew.depetris@dla.mil or Veronica Faso at veronica.faso@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 for Fresh Milk, Dairy and Ice Cream Products for DLA Troop Customers in the States of Mississippi, Arkansas and Louisiana
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is soliciting offers for the supply of fresh milk, dairy, and ice cream products to Department of Defense customers located in Mississippi, Arkansas, and Louisiana. Contractors are required to enter into an indefinite quantity contract (IQC) and must demonstrate the capability to meet specific technical requirements, including valid sanitation inspections and maintaining a minimum fill rate of 97%. These products are vital for ensuring the nutritional needs of military personnel, emphasizing the importance of quality and compliance with the Buy American Act. Interested vendors should contact Stephanie Milstein at stephanie.milstein@dla.mil or Matthew Sacca at matthew.sacca@dla.mil for further details, with submissions due electronically as part of the procurement process.
    Request for Information (RFI) for Fresh Bread & Bakery Products support for DLA Troop Support to military customers in Oklahoma, USA.
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking information from vendors capable of supplying fresh bread and bakery products to military customers in Oklahoma. This procurement aims to establish a long-term contract with a performance period of three years and a maximum value of $7,200,000, emphasizing the need for reliable food supply chains to support military operations. Interested vendors must demonstrate their capabilities, including compliance with federal regulations and the ability to interface with the Subsistence Total Order and Receipt Electronic System (STORES) for order management. Responses to the Request for Information (RFI) are due by March 7, 2025, and inquiries can be directed to Fabio Patino at fabio.patino@dla.mil or Matthew Sacca at matthew.sacca@dla.mil.
    Combined Synopsis/ Solicitation for Fresh Bread & Bakery Products support for DLA Troop Support to military customers in the North Carolina Zone
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for an indefinite quantity contract to supply Fresh Bread & Bakery products to military customers in the North Carolina Zone. The procurement aims to fulfill the dietary needs of military personnel by providing a variety of bakery items, including bagels, breads, muffins, and rolls, with strict adherence to food safety and quality regulations. This contract is crucial for maintaining the sustenance and operational readiness of military units, ensuring that all products meet freshness requirements and are produced in the U.S. Interested vendors must submit their proposals electronically by March 7, 2025, and can contact Joshua Weber at joshua.weber@dla.mil or Amy Paradis at amy.paradis@dla.mil for further information.
    Solicitation Notice for Fresh Bread and Bakery Products support for DLA Troop Support to military customers in the state of Arizona
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is soliciting proposals for the supply of fresh bread and bakery products to military customers in Arizona. This procurement aims to establish an Indefinite Quantity Contract (IQC) with a fixed price over three years, requiring a 97% fill rate and compliance with the Berry Amendment, which mandates sourcing from within the U.S. The bakery products are essential for meeting the dietary needs of military personnel, ensuring quality and safety in food service operations. Proposals must be submitted electronically by March 17, 2025, and interested vendors can contact Jennifer DeLange at jennifer.delange@dla.mil or Alicia Nichols-Harris at Alicia.Harris@dla.mil for further information.
    SPE300-24-R-0024 Subsistence Prime Vendor (SPV) Northern Europe
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for the Subsistence Prime Vendor (SPV) contract in Northern Europe, identified as SPE300-24-R-0024. This procurement aims to secure a reliable supply of various food and beverage items essential for military personnel, ensuring nutritional needs are met through a structured and compliant sourcing process. The contract is unrestricted, encouraging participation from small businesses, including those owned by women and service-disabled veterans, and emphasizes adherence to federal regulations, including the Iran Sanctions Act. Proposals are due by March 31, 2025, with pre-proposal questions accepted until February 14, 2025. Interested parties can contact Kellie Wimsey at Kellie.Wimsey@dla.mil or Kelly Fidik at Kelly.Fidik@dla.mil for further information.
    Full Line Food Distribution For the New Jersey, New York and Eastern and Central Pennsylvania Areas
    Buyer not available
    Presolicitation Notice: Department of Defense (DoD) is seeking a Full Line Food Distribution service for the New Jersey, New York, and Eastern and Central Pennsylvania areas. This service will support customers such as McGuire Air Force Base, Fort Dix, and other federally funded agencies. The service will involve providing various quantities of subsistence items from the 8900 Federal Catalog or their commercial equivalents. The estimated value of the requirement is $79,800,000.00 for Zone 1 (New Jersey, Pennsylvania, and Southern New York) and $33,600,000.00 for Zone 2 (Northern New York). The items will be delivered approximately 60 days after the date of award. The contract will have a base period of up to 24 months, with additional option periods. The acquisition is unrestricted and will be evaluated using Lowest Price Technically Acceptable procedures. All responsible sources may submit a proposal. The solicitation can be found on the DLA Troop Support DIBBS website. The closing date for this solicitation is October 16, 2013.