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
ID: SPE300-25-R-0005Type: 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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for a comprehensive supply of fresh fruits and vegetables to support both DoD troop customers and Non-DoD school customers in San Antonio, Texas. This procurement, set aside exclusively for small businesses, aims to fulfill indefinite quantities of produce over a five-year contract period, with an estimated maximum total contract value of $307.5 million. The goods are critical for ensuring the nutritional needs of military personnel and school children, emphasizing the importance of quality and compliance with agricultural standards. Interested vendors must possess a valid Perishable Agricultural Commodities Act (PACA) license and submit proposals by the specified deadline, with the solicitation expected to be issued in December 2025. For further inquiries, potential offerors can contact Tiffanie Barthelemy at tiffanie.barthelemy@dla.mil or Amy Paradis at amy.paradis@dla.mil.

    Files
    Title
    Posted
    The provided government file outlines schedules of items for three distinct solicitations: SAN ANTONIO TROOPS NORTH, SAN ANTONIO SCHOOLS NORTH, and SAN ANTONIO TROOPS SOUTH, all under the overarching solicitation number SPE300-25-R-0005. Each section details a list of fresh and chilled produce, including various types of apples, berries, vegetables (e.g., asparagus, carrots, celery, peppers, potatoes, tomatoes), leafy greens, and fruits (e.g., bananas, cantaloupe, grapefruit, oranges). The tables specify the government item number, stock number, average case weight, description, unit of issue, and 24-month estimated quantities. Key instructions emphasize labeling invoices with the government item number and only filling in white fields, with shaded fields being reserved. The total estimated quantities for each solicitation are provided for Tier 1 evaluation (24 months) and total estimated for 5 years, along with placeholders for pricing information (Delivered Pricing, Tier 1, 2, and 3 Distribution DIP Price, Total Delivered Price (DEP), and Total Evaluated Price).
    This government file is a detailed listing of various federal, state, and local government facilities, primarily located in Texas, with some in California. The file categorizes locations by ordering point, ship-to address, customer name, customer facility, customer building, and full address, including city, state, and zip code. It covers a wide range of entities, including military bases (Army, Air Force, Marine Corps, Navy), Coast Guard facilities, NOAA ships, Army National Guard training centers, and numerous public schools (elementary, middle, and high schools) across multiple independent school districts (ISDs). The data appears to be a comprehensive directory for logistical or administrative purposes, potentially for federal grants, RFPs, or state and local procurements. The document is structured to provide specific identification and location details for each listed entity.
    Attachment 3 – SPE300-25-R-0005 outlines a request form for new produce items, likely for federal government procurement within the DLA (Defense Logistics Agency) supply chain. The form details essential information required for requesting new produce, including the requesting activity, contract number, CONUS/OCONUS status, and whether the request is for Troop Support (STORES) or School Lunch/Tribe (USDA FFAVORS). Key product specifications such as complete item description, form (whole, chopped, sliced), refrigeration requirements, USDA grade, vendor unit of measure, DLA unit of issue, package size, case weight, and estimated monthly usage are mandatory. The document also includes fields for cost, vendor part/item number, manufacture/brand name, and packaging type (bulk or individually wrapped). A critical note advises providing a copy of the request to the DLA Catalog Account Manager to expedite item stocking.
    The Subsistence Total Ordering and Receipt Electronic System (STORES) EDI Implementation Guidelines (SPE300-25-R-0005, Attachment 4) outlines the Electronic Data Interchange (EDI) procedures for vendors interacting with the Defense Logistics Agency (DLA) Troop Support. The document, updated January 2014, details general information, production procedures, and specific EDI guidelines for transaction sets 832 (Catalog), 850 (Purchase Order), and 810 (Invoice). It provides contact information for EDI testing, describes the testing process, and specifies transmission schedules. Key sections include mandatory, conditional, and optional elements for each transaction set, along with examples. The guidelines emphasize successful EDI transaction testing before contract production and detail problem recovery protocols. The document also notes an upcoming migration to the 4010 EDI X12 map version.
    The DLA Troop Support outlines comprehensive quality assurance protocols for produce contractors, encompassing unannounced Quality Systems Management Visits (QSMVs) and Produce Quality Audits. QSMVs review contractor compliance, storage, inventory, and recall procedures, potentially extending to subcontractors. Produce Quality Audits, conducted by USDA-AMS and DLA Troop Support, ensure adherence to contractual requirements, US Grade Number 1 quality, and prevent misrepresentation. Contractors undergo audits at least annually, bearing costs for samples, facilities, and equipment. Products are rated Green (acceptable), Yellow (minor nonconformance), Blue (major nonconformance, requiring immediate stop issue), or Red (critical nonconformance, requiring immediate stop issue and recall). Contractors must take corrective action for identified deficiencies, with audit failures or lack of correction potentially leading to contract termination or follow-up audits. Traceability requirements mandate documentation from grower to customer, especially for re-packaged items, to facilitate recalls and ensure food safety. Contractors must maintain 85% acceptability for each commodity.
    This document comprises a comprehensive list of various fresh produce items with corresponding stock numbers and descriptions, likely intended for procurement or inventory management by government entities. The collection includes fruits and vegetables such as apples, bananas, tomatoes, and leafy greens, along with their packaging specifications and quantity details. Item listings are organized systematically, detailing different varieties and sizes to detail the nutritional choices available for distribution, possibly in support of federal nutrition programs. The overarching goal appears to be facilitating the sourcing of fresh produce within the parameters set by federal and local RFPs and grants, promoting aid in proper dietary supplies. This document's structured format allows efficient review and selection of products, underscoring the importance of supplying fresh, healthy food options while also adhering to budgetary constraints and supply chain logistics expected in governmental operations. Overall, it highlights a commitment to promoting sustainable sourcing practices and enhancing nutritional access through governmental purchasing strategies.
    The document outlines a detailed inventory of multiple military and governmental customer facilities across Texas, encompassing various branches such as the Army, Air Force, and NOAA. It presents a structured table format, categorizing each entry based on ordering points, shipping locations, customer names, facility buildings, and addresses. Key establishments listed include JBSA Lackland, Brooke Army Medical Center, and several Army National Guard training centers. Each entry details specific locations, corresponding orders, contact information, and facility designations. The document reflects compliance with federal RFPs and grants, indicating a systematic approach to procurement and inventory management for agencies serving military and public interests. This record serves as a critical resource for managing logistical operations and ensuring that vital resources are available at designated facilities, showcasing the government's organized strategy to maintain readiness and operational efficiency. Overall, it exemplifies the structured processes in place for coordinating support and resources across multiple branches of government in Texas.
    The government is seeking market research for a re-solicited contract to deliver Full Line Fresh Fruits and Vegetables (FF&V) in the San Antonio, Texas Zone for both Department of Defense (DoD) and Non-DoD customers, including schools. The potential contract is valued at up to $307.5 million over a five-year term, with a 24-month performance period as the initial phase. Interested vendors are encouraged to respond to a series of questions regarding their capability to provide services to various customers, their experience with federal contracts, and their registration status with relevant government systems. Additionally, feedback on logistical challenges in the service area, subcontracting needs, and the procurement percentage from small businesses is requested. Vendors must also confirm their ability to utilize the Fresh Fruit and Vegetable Order Receipt System (FFAVORS), a critical online ordering platform for USDA customers. Responses are to be submitted by October 25, 2024, underscoring the government’s commitment to sourcing fresh produce efficiently while supporting local schools and military personnel. The document outlines essential requirements and expectations for potential contractors, reflecting standard practices in government contracting and procurement processes.
    Similar Opportunities
    PreSolicitation Notice: Fresh Fruit & Vegetable support for DoD and Non-DoD customers located in the state of Montana
    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 for both DoD and Non-DoD customers located in Montana. This procurement aims to fulfill the dietary needs of various entities, including USDA schools and Indian Tribal Organizations, with an estimated contract value of $19,724,408.70 over a five-year period, which includes a 24-month base and two 18-month options. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) source selection method, ensuring that the government receives the most advantageous offers. Interested vendors can reach out to Jennifer DeLange at jennifer.delange@dla.mil or Amanda Quaile at Amanda.Quaile@dla.mil for further information as they prepare their proposals.
    Fresh Fruits & Vegetables (FF&V) Support for DoD & Non-DoD Customers – Kwajalein Atoll
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency Troop Support Indo-Pacific, is seeking a qualified 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, which requires offerors to provide a comprehensive delivery and distribution plan, maintain quality assurance, and comply with food safety standards throughout the distribution process. This contract is critical for ensuring the availability of high-quality produce to military installations, emphasizing the importance of adherence to USDA and PACA standards. Interested parties must submit their proposals by 08:00 PM HST on January 4, 2026, and can contact Bradley Ah Nee at bradley.ahnee@dla.mil or Kirk Moser at kirk.moser@dla.mil for further information. The contract is set aside for small businesses, with a minimum guaranteed value of $210,000 and a maximum ceiling of $31,500,000 over a five-year performance period.
    Presolicitation Notice For Subsistence Prime Vendor Support For Puerto Rico
    Buyer not available
    The Defense Logistics Agency (DLA) is preparing to solicit offers for Subsistence Prime Vendor support for military and federally funded customers in Puerto Rico, with a solicitation expected to be issued in December 2025. The contract will be a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, requiring the Prime Vendor to supply a wide range of food items, including perishable and semi-perishable products, to various military facilities and visiting U.S. Navy ships in the region. This procurement is crucial for ensuring that authorized DLA customers receive timely and adequate food supplies during military operations and training exercises. Interested vendors should note that the estimated contract value is $32 million, with a maximum potential value of $48 million, and they can find the Request for Proposal (RFP) SPE300-25-R-0015 on the DLA Internet Bid Boards System (DIBBS). For further inquiries, contact Gwen Garcia at gwen.b.garcia@dla.mil or Matt Ligato at matthew.ligato@dla.mil.
    Pre-Solicitation - Phoenix Arizona Region
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is preparing to solicit Prime Vendor support for various subsistence items for customers in the Phoenix, Arizona region, including military bases such as Ft. Huachuca and Luke AFB. The procurement will involve supplying a range of items from the 8900 Federal Catalog or their commercial equivalents, with a total estimated value of $44,217,125 over a 60-month period divided into two pricing tiers. This opportunity is significant as it ensures timely delivery of essential supplies to federal agencies, and the contract will be awarded based on Low Price Technically Acceptable evaluation criteria. Interested vendors can expect the Request for Proposal (RFP) to be posted on the DLA's DIBBS website in late November 2025, and they may contact Noreen Killian at Noreen.Killian@dla.mil or Daniel Monteiro at daniel.monteiro@dla.mil for further inquiries.
    SPE30026R0010 - Southern Kentucky and Tennessee and the Surrounding Areas
    Buyer not available
    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.
    UTAH
    Buyer not available
    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.
    Request for Information (RFI) for Food Support for DLA Troop Support (CONUS SPV) - North and South Dakota Area, Military and Federally Funded Customers
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is issuing a Request for Information (RFI) for food support services in the North and South Dakota regions for military and federally funded customers. The objective is to gather market research insights to inform the upcoming solicitation for Subsistence Prime Vendor (SPV) contracts, which will require contractors to provide a comprehensive range of food and beverage items, including canned goods, dairy products, frozen meats, and more, to various military installations and facilities in these areas. This procurement is crucial for ensuring timely and efficient food distribution to support military operations and personnel. Interested vendors are encouraged to submit their responses by December 3, 2025, at 3:00 p.m. Philadelphia Local Time, to the designated contacts, Neil-Michael Chiaradio and Megan Russell, via their provided email addresses.
    Pre Solicitation Synopsis for SPE300-26-R-0008 Kansas, Nebraska, Iowa, Northern Missouri and Surrounding Region
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is preparing to solicit proposals for Prime Vendor support in the Kansas, Nebraska, Iowa, Northern Missouri, and surrounding regions. This procurement aims to provide various subsistence items from the 8900 Federal Catalog or their commercial equivalents to military customers, including Fort Riley, Fort Leavenworth, and Whiteman AFB, among others. The total estimated value of the contract is $57,798,224, with a performance period of 60 months divided into two pricing tiers: a 36-month initial term followed by a 24-month extension. Interested vendors must be capable of interfacing with the Government’s transaction systems and supporting Electronic Data Interchange (EDI) transactions. Proposals will be evaluated based on Low Price Technically Acceptable criteria, and the Request for Proposal (RFP) is expected to be posted on the DLA DIBBS website in late December 2025. For further inquiries, interested parties may contact Noreen Killian at Noreen.Killian@dla.mil or Kevin White at kevin.w.white@dla.mil.
    Solicitation/Request for Proposal (RFP) for Subsistence Prime Vendor (SPV) Support for Republic of Korea
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is soliciting proposals for Subsistence Prime Vendor (SPV) support to provide food and related services to military and federally funded customers in the Republic of Korea. The procurement aims to establish a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the supply and delivery of a wide range of food items, including perishable and semi-perishable goods, as well as non-food items, with a focus on supporting various military facilities and operations in the region. The estimated contract value is $217.5 million, with a maximum potential value of $435 million, and proposals are due by December 3, 2025, at 3:00 PM Philadelphia time. Interested parties can find more details and submit their proposals via the DLA Internet Bid Boards System (DIBBS) and should direct inquiries to Gwen Garcia or Donovan Mahoney at the provided email addresses.
    DRY BEANS for use in Domestic Food Assistance Programs.
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Marketing Service (AMS), is seeking offers for the procurement of dry beans and lentils for use in domestic food assistance programs, including the National School Lunch Program. The solicitation includes various types of packaged beans, with a recent amendment introducing a 10% set-aside for service-disabled veteran-owned small businesses (SDVOSB) and extending the bid opening and award dates. These products are crucial for supporting federal nutrition assistance efforts, and deliveries are scheduled between January 15, 2026, and March 31, 2026. Interested vendors must submit their bids electronically via the Web-Based Supply Chain Management System (WBSCM) by December 5, 2025, at 1:00 PM Central Time, and can contact David Cottrell at david.cottrell@usda.gov for further inquiries.