Amendment Notice for Fresh Bread & Bakery Products support for DLA Troop Support to military customers in the State of Virginia, (Group 1: Norfolk Ships, Group 2: Norfolk Land)
ID: SPE300-25-R-0040Type: Solicitation
Overview

Buyer

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

NAICS

Commercial Bakeries (311812)

PSC

BAKERY AND CEREAL PRODUCTS (8920)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for the supply of fresh bread and bakery products to military customers in Virginia, specifically targeting both ship and land-based operations in Norfolk. The procurement involves two distinct groups: Group 1 for ship customers and Group 2 for land customers, with an emphasis on various bakery items such as fresh bread, rolls, and bagels, requiring precise pricing and packaging specifications over an 18-month period. This initiative is crucial for ensuring the timely and efficient provision of essential food supplies to military personnel, thereby supporting operational readiness. Interested vendors must submit their proposals by May 20, 2025, at 3:00 PM Eastern Standard Time, and are encouraged to contact Lauren Thaire or James Barr for further information regarding the solicitation and amendment details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Amendment 0001 to Solicitation SPE300-25-R-0040, which corrects an oversight regarding the guaranteed minimum dollar values in the original solicitation. It replaces the erroneous chart on page 51, detailing the estimated dollar values and contracts for two groups of customers in Norfolk. Group 1 concerns ships with an 18-month estimate of $557,976.50 and a maximum contract of $3,347,858.97, while Group 2 involves land customers with an 18-month estimate of $58,006.56, leading to a total maximum contract value of $348,039.36. The total estimates for both groups add up to $615,983.06 and $1,231,966.11, with a guaranteed minimum of $41,065.54. Despite the changes in figures, all other terms and conditions of the contract remain unchanged. This amendment is part of the standard procedure for managing government RFPs to ensure clarity and accuracy in financial obligations tied to federal contracts.
    The document SPE300-25-R-0040 is a Request for Proposal (RFP) from the federal government for supplying bread and bakery items to various customers in Norfolk, Virginia. It outlines two groups of customers: ship customers and land-based customers. Each group has a list of items required, such as different types of bread, bagels, rolls, and muffins, along with their descriptions. The RFP specifies pricing structures divided into two tiers, each with an estimated 18-month duration. Prices are to be given per package and per pound with clear instructions to be rounded to two decimal places. The document contains placeholders for offeror details and pricing, indicating that official pricing information is to be submitted by bidders. The overall objective of the RFP is to procure quality bakery items while ensuring compliance with pricing and quality standards set by the government. Emphasizing strict pricing formats and the lead time for delivery, the document aims to streamline the procurement process and ensure efficient supply to federal entities in the Norfolk area. This RFP reflects government efforts to engage suppliers while maintaining stringent budgetary and quality control measures.
    The government document SPE300-25-R-0040 outlines a Request for Proposals (RFP) for supplying various bread and bakery items for customers in Virginia, specifically targeting ship and land-based customers at Norfolk. The document details two groups of items: Group 1 focuses on ship customers and Group 2 on land customers, specifying types of products such as fresh bread, rolls, and bagels along with their packaging sizes and price parameters. Each tier, both Tier 1 and Tier 2, spans an 18-month period, requiring offerors to provide pricing per pound and total costs based on estimated weight and package specifications. Additionally, the document emphasizes that pricing must be reported with precision up to two decimal places. The proposal highlights evaluation criteria, including total pricing and lead times, aiming to ensure compliance with federal procurement standards. In conclusion, the RFP serves as a structured approach to acquiring bakery items for military and other federal needs in the Virginia region, prioritizing cost-effective and compliant supply solutions.
    The document outlines a delivery schedule for various vessels and military locations in Virginia, particularly focusing on ship supply logistics for both navy and Coast Guard operations. It includes details of ship classes, hull numbers, and Unique Identification Codes (UICs) for each vessel associated with delivery times and locations. The schedule specifies standards for delivery, highlighting a timeline of up to five days for the majority of locations, with specific arrival times (often between 0600-0900) laid out for each destination, including naval bases and Coast Guard stations. Additionally, the document notes vendor responsibilities such as shelf stocking and rack pickups upon delivery. Overall, this delivery schedule serves to facilitate efficient logistics operations within the military framework, ensuring quick responses to supply needs across various installations in the Norfolk area.
    The Subsistence Total Ordering and Receipt Electronic System (STORES) provides Electronic Data Interchange (EDI) implementation guidelines for the Defense Logistics Agency (DLA) Troop Support. The document outlines EDI transaction sets for cataloging (832), purchase orders (850), and invoices (810), detailing processes for testing and production. Vendors are required to engage specific contacts at DLA for testing prior to contract activation, ensuring successful transmission of EDI files. Weekly catalog updates must be submitted before noon on Fridays to facilitate timely processing. Orders can be placed manually or uploaded, with delivery directed to specified facilities. Any discrepancies between receipts and invoices must be investigated. Additionally, guidelines for each EDI transaction type are provided, including definitions, required elements, and contact information for further assistance. Overall, these guidelines support the efficient processing of subsistence orders within the DLA framework, ensuring adherence to procedures and requirements essential for smooth operations in federal food supply management.
    The government is conducting market research for a potential long-term contract to supply fresh bread and bakery products to the Department of Defense (DoD) military customers in the Norfolk, Virginia area. The contract is proposed for a 36-month duration with a total maximum value of $3,695,898.33. Interested vendors are asked to provide feedback through a series of questions about their ability to deliver the required services, their business registration status, and past government contracting experience. Vendors must comply with federal agency inspections and audits and are required to have EDI capabilities to interface with the government’s ordering system, STORES. The document also emphasizes the importance of internet accessibility for vendors, as well as the need for flexibility in order-taking methods. Responses are requested by February 18, 2025, and contact information for questions is provided. Overall, the purpose of the document is to gather insights from potential suppliers about their capabilities and readiness to fulfill the contract requirements effectively.
    The document contains an extensive dataset related to federal and state/local RFPs (Requests for Proposals) and grants. Its primary focus appears to be outlining available funding opportunities and proposal guidelines across various government sectors. Key elements likely include eligibility criteria for potential applicants, timelines for submissions, funding amounts available, and specific requirements for proposal formats. It emphasizes the importance of compliance with governmental regulations and standards when applying for grants or submitting proposals. Furthermore, the document may provide insights into strategic areas of focus for the government, indicating priority funding initiatives in sectors such as public health, infrastructure, and education. Detailed instructions on application processes, review criteria, and necessary documentation are likely included to ensure smooth operations for both issuers and applicants. The overarching purpose is to facilitate transparency in funding availability while encouraging engagement from eligible entities.
    Similar Opportunities
    Request for Information (RFI) for Fresh Bread & Bakery Products support for DLA Troop Support to military customers in the Georgia Zone
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking information from suppliers regarding the provision of fresh bread and bakery products for military customers in the Georgia Zone, specifically Fort Benning, Fort Gordon, and Fort Stewart. The agency aims to establish indefinite quantity contracts to supply fresh bakery items, adhering to strict freshness requirements and commercial standards for temperature control. This procurement is crucial for supporting the dietary needs of military personnel, with a maximum contract value of $21,375,000 over a proposed ordering period from April 5, 2026, to April 7, 2029. Interested vendors must respond to the attached market research questionnaire by January 14, 2026, and can direct inquiries to Jillian Blaney at jillian.blaney@dla.mil or Ronald Booth at ronald.booth@dla.mil.
    73--OVEN,BAKING AND ROA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of baking ovens, specifically NSN 7310012774105, to be delivered to the USS Green Bay (LPD 20). The procurement includes four units, each to be delivered within 30 days after order (ADO), emphasizing the urgency and importance of these items for military operations. These ovens are critical for food preparation and serving on naval vessels, ensuring that personnel have access to necessary cooking equipment. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Bread Items for USP Lee Qtr 2 FY26
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons at USP Lee, is soliciting bids for the provision of various bread items for the second quarter of fiscal year 2026. The procurement includes whole wheat bread loaves, hamburger buns, and hot dog buns, with specific quantities and delivery timelines set between January 1, 2026, and March 31, 2026. This opportunity is particularly significant as it is a total small business set-aside under NAICS code 311999, emphasizing the importance of supporting small enterprises in the food manufacturing sector. Interested vendors must submit their quotes by December 17, 2025, at 12:00 PM EST, via email, and are encouraged to review the solicitation details available on the SAM beta .GOV website, with an anticipated award date of December 29, 2025. For further inquiries, potential offerors can contact Jason Shuler at j1shuler@bop.gov or by phone at 276-546-0150.
    FCI MANCHESTER FY26 2ND QTR BREAD REQUIREMENT
    Justice, Department Of
    The U.S. Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Institute in Manchester, is seeking quotes for weekly bread delivery services for the second quarter of Fiscal Year 2026, covering the period from January 1 to March 31, 2026. The procurement includes specific requirements for various bread products, including Kosher Wheat Bread and Whole Wheat Hamburger and Hot Dog Buns, with deliveries to be made weekly based on quantities communicated by the local food service administration. This contract is vital for maintaining the food supply for the inmate population, ensuring compliance with dietary needs and operational standards. Interested vendors must submit their quotes by December 17, 2025, at 10:00 a.m. EST via email to Andre Cawood at akcawood@bop.gov, as no written solicitation will be issued.
    FCI McDowell 2nd Qtr FY 26 BREAD
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI McDowell, is seeking offers for the procurement of bread for the 2nd Quarter of Fiscal Year 2026. This opportunity is set aside exclusively for small businesses, with a focus on delivering various types of fresh bread, including hot dog rolls, hamburger rolls, and sandwich bread, all of which must be delivered within 48 hours of baking and have a 90-day shelf life from the delivery date. The procurement emphasizes the importance of past performance and delivery schedules in the evaluation process, with bids due by 9:00 A.M. EST on December 18, 2025. Interested vendors should submit their offers via mail, fax, or email, and can contact Joe Riffe at jriffe@bop.gov or 304-436-7386 for further inquiries.
    SPE300-25-R-0062- Amendment SPE300-25-R00620001-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 both DoD troops and USDA school customers in the Southern Nevada Zone. This procurement is a Total Small Business Set-Aside and aims to ensure the provision of high-quality perishable food items, which are essential for maintaining the health and nutrition of military personnel and school children. The solicitation, identified as SPE300-25-R-0062, is structured as an Indefinite Quantity Contract with a five-year duration, and it emphasizes compliance with strict quality assurance protocols and domestic sourcing requirements. Interested vendors must submit their proposals by January 13, 2026, at 8:00 PM Eastern Standard Time, and can reach out to Gregory Barksdale at gregory.barksdale@dla.mil or Peter Siner at Peter.Siner@dla.mil for further inquiries.
    SERVMART walk-in store
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for an Indefinite Quantity/Indefinite Delivery contract to operate the Norfolk Super SERVMART, a retail store and logistics service for U.S. Naval activities in the Virginia Hampton Roads area. The contractor will be responsible for providing a wide range of supplies, including office, janitorial, and tactical equipment, while ensuring high availability rates and compliance with federal regulations such as the Buy American Act and Trade Agreements Act. This procurement is critical for maintaining operational efficiency and cost-effectiveness for naval units, with a proposal submission deadline set for January 7, 2026, at 1:00 PM EDT. Interested vendors can direct inquiries to Contract Specialist John Hill at john.c.hill36.civ@us.navy.mil or Contracting Officer Samantha Miller at samantha.a.miller77.civ@us.navy.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.
    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.
    Pre Solicitation Synopsis for SPE300-26-R-0008 Kansas, Nebraska, Iowa, Northern Missouri and Surrounding Region
    Dept Of Defense
    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.