Request for Information (RFI) for Fresh Bread & Bakery Products support for DLA Troop Support to military customers in the South Carolina Zone.
ID: SPE300-25-R-0032Type: Sources Sought
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 seeking proposals for the supply of Fresh Bread and Bakery Products for military customers in the South Carolina Zone. The procurement aims to establish a firm-fixed price Indefinite Quantity Contract (IQC) for various bakery items, with a contract period from June 1, 2025, to June 3, 2028, divided into two pricing tiers. This initiative is critical for ensuring that military personnel receive quality sustenance, adhering to federal guidelines and standards for food procurement. Interested vendors must submit their proposals by April 16, 2025, and can obtain solicitation documents from the DLA Internet Bid Board Systems (DIBBS) or Sam.gov. For further inquiries, potential offerors may contact Tiffanie Barthelemy at tiffanie.barthelemy@dla.mil or Amy Paradis at amy.paradis@dla.mil.

    Files
    Title
    Posted
    The document outlines a list of various bread and roll products available for procurement, identified by stock numbers and detailed specifications. The items include different types of bread such as raisin, rye, and white, along with assorted rolls including hamburger, hoagie, and dinner rolls, all classified by package size. The products are predominantly fresh and pan-baked, with specified sizes ranging from 15 to 28 ounces. This document serves the purpose of detailing items relevant to government Requests for Proposals (RFPs) and procurement for food supplies. It emphasizes the variety of bread products potentially needed for federal and local entities, ensuring a broad selection to meet dietary and logistical requirements. The clear categorization by item description and stock number allows for streamlined ordering and inventory management within government procurement processes.
    The document outlines a Request for Proposal (RFP) for supplying various bread and bakery items for the South Carolina military troops. The RFP details the specific types of bread and rolls required, including different varieties like raisin, rye, wheat, and various forms of rolls (e.g., hamburger, hot dog, hoagie). The items are categorized by size, packaging, and estimated quantities needed over two delivery tiers (June 1, 2025 - June 5, 2027, and June 6, 2027 - June 3, 2028). Pricing for each item must be provided in specific formats. The document emphasizes the importance of round pricing to hundredths and includes placeholders for total prices and weight estimates. This procurement aligns with the government's mission to provide sustenance to its armed forces while adhering to set standards and procedures for acquisition, ensuring quality and compliance in food supply operations.
    The document outlines a list of ordering points and corresponding shipment information related to various U.S. Coast Guard vessels, U.S. Navy ships, and military installations primarily located in Charleston, South Carolina, and Fort Jackson. The entries include customer names, shipping destinations, building locations, and addresses associated with each vessel and facility. Specific ships mentioned include USCGC WILLOW, USNS SACAGAWEA, and USNS MEDGAR EVERS, among others. The summary provides locations, referencing particular facilities like Detyens Shipyard, Charleston AFB, and AGDFAC Fort Jackson, highlighting their roles in supporting military operations. This document serves to facilitate logistical coordination and inventory management related to military procurement and operations. It embodies elements of federal planning as part of RFPs and military logistics, reflecting the necessary organization in supporting defense infrastructures.
    The document is a Market Fresh Item Request Form associated with federal government procurement processes, particularly regarding RFPs (Requests for Proposals) for food items. Its primary purpose is to gather detailed specifications about various food products being considered for purchase. Key information required includes the item name and description, vendor's unit of measure, packaging, weight, processing type, refrigeration needs, and additional features like fat content and juice percentage. The form also addresses product attributes such as sweetness levels, additional dietary considerations (e.g., lactose-free), and specific requests for supplementary documents for better cataloging. The structure is designed to facilitate comprehensive product evaluations, ensuring products meet federal guidelines and standards for procurement. The thoroughness in capturing specifications aids in the selection and accreditation of vendors, enabling the government to source quality food items efficiently while adhering to dietary standards and preferences.
    The presented document details logistical information related to multiple U.S. Coast Guard and military facilities, focusing on customer names, shipping points, addresses, and facilities for a variety of vessels and military installations. Key entities mentioned include USCGC Willow, USCGC Dauntless, and various vessels belonging to the US Navy, such as USNS Humphreys and USNS Sacagawea. Additionally, multiple air force and army facilities like McEntire Air National Guard Station and Fort Jackson are listed, with specific attention to their respective addresses and unit codes. The document serves as a reference for tracking shipments and allocation of resources within federal and state military operations. It outlines the critical relationship between logistics and timely service delivery, signifying the importance of accurate information for the fulfillment of government contracts and grants. The overall structure is systematic, categorizing customers by organization, location, and purpose, which aids in efficient operations. This organizational framework supports the larger context of government procurement and RFP processes, underscoring the need for collaboration among government entities to facilitate deployment and resource management effectively.
    The Subsistence Total Ordering and Receipt Electronic System (STORES) EDI Implementation Guidelines provide structured procedures for Electronic Data Interchange (EDI) transactions essential to the Department of Defense's Subsistence Prime Vendor Program. The document outlines testing protocols for EDI transactions, specifically 832 (Catalog), 850 (Purchase Order), and 810 (Invoice), and delineates the roles of designated points of contact within the DLA Troop Support for each transaction type. It emphasizes the significance of successful EDI testing prior to contract activation ensuring compliance in data transmission and order management. The guidelines detail production procedures, including catalog update timelines and the recovery of issues during production. Further, the document categorically explains the data formats and mandatory fields required for the EDI transaction sets, simplifying vendor compliance in submitting accurate and timely information. Each segment of data is structured with specific definitions that address product details, pricing, allowances, and logistical information, thereby facilitating clear communication between vendors and government entities. This systematic approach helps maintain operational efficiency, reduces discrepancies, and supports the successful management of government food procurement processes.
    The government is seeking market research for a potential Indefinite Delivery Purchase Order contract for supplying fresh Bread and Bakery products to military customers in South Carolina, particularly at Fort Jackson, Shaw AFB, and Charleston AFB. This contract, lasting 36 months and valued at a maximum of $7.5 million, requires interested vendors to respond to specific inquiries about their capabilities, business size, and experience with federal contracts. Vendors will need to interact with the Subsistence Total Order & Receipt Electronic System (STORES) for order management, requiring EDI transaction capabilities and internet access. The document outlines vendor responsibilities, including compliance with inspections by relevant agencies and details about potential subcontracting. All responses must be submitted by February 13, 2025, to designated government contacts. This initiative demonstrates the government's intention to streamline procurement processes while ensuring that military troops receive reliable supplies during the contract term.
    The solicitation SPE300-25-R-0032 issued by the DLA Troop Support seeks proposals to supply Fresh Bread & Bakery products to Department of Defense customers in South Carolina from June 1, 2025, to June 3, 2028. This solicitation encourages participation from small businesses, specifically those qualifying as HUBZone or women-owned, and employs a Lowest Price Technically Acceptable (LPTA) selection method. Offerors must submit their proposals by April 15, 2025, via email or DIBBS, ensuring compliance with all specified requirements. The contract will be an Indefinite Quantity Contract, requiring electronic ordering capabilities and adherence to quality standards, including safety regulations stipulated in the Berry Amendment, which mandates domestically produced products. Contractors must maintain a minimum fill rate of 97% and are obligated to inform the agency of any recalls or safety issues immediately. Additionally, the contractor will need to manage an electronic catalog of products, ensuring competitive and fair pricing. Overall, this solicitation illustrates the DLA's commitment to supplying quality food products to military installations, while also fostering business opportunities for qualified vendors within federal procurement frameworks.
    The document outlines an amendment to a federal solicitation related to contract modifications, specifically under Contract ID SPE30025R0032. It extends the deadline for submitting offers and details updates due to compliance with recent executive orders aimed at restoring merit-based opportunities in federal contracting. Key changes include the substitution of specific paragraphs in the FAR provisions concerning offeror representations and certifications, and contract terms, which reflect these executive orders. Notably, the Equal Opportunity clause (FAR 52.222-26) has been removed from the solicitation. The amendment emphasizes that other terms and conditions of the contract remain unchanged. This amendment is part of the federal government's effort to align its procurement processes with contemporary standards for equality and opportunity in contracting, thereby ensuring compliance and transparency in its procurement practices.
    This document serves as an amendment to a government solicitation concerning contract SPE30025R0032, specifically modifying terms related to federal sustainability directives. It outlines the change in the hour and date for offer submission from March 17, 2025, to April 16, 2025, at 3:00 PM. The amendment also reflects the revocation of Executive Order 14057 regarding sustainability under the authority of DoD Class Deviation 2025-O0004. Key adjustments include the introduction of a deviation in Offeror Representations and Certifications and specific clauses for contract terms and conditions addressing sustainable products and services. Despite these changes, all other contractual terms remain unchanged and in full force. The modification underscores the tension between regulatory practices and sustainability initiatives, as mandated by the federal government, affecting how contractors should navigate compliance in federal acquisitions.
    Similar Opportunities
    Fresh Bread & Bakery Products support for DLA Troop Support to military customers in Maryland, Virginia and D.C.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking vendors to supply fresh bread and bakery products to military customers in Maryland, Virginia, and Washington, D.C. This Request for Information (RFI) aims to gather feedback and insights to inform a future solicitation for an indefinite quantity contract, which will require delivery of fresh products within strict timeframes—no more than 24 hours after baking and 72 hours following a non-bake day. The contract is projected to span from April 12, 2026, to April 7, 2029, with an estimated value of $420,347.40, potentially reaching up to $1,261,042.20. Interested vendors must complete the attached Market Research Vendor Survey and submit their responses by December 19, 2025, at 3:00 PM EST to Edith Moss and Alicia Nichols-Harris via email.
    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.
    Solicitation Notice: Fresh Fruit & Vegetable support for DoD and Non-DoD customers located in the state of Montana
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is soliciting proposals for an Indefinite Quantity Contract (IQC) to supply fresh fruits, vegetables, and shell eggs to DoD and USDA customers in the Montana Zone. This procurement aims to support both military and non-military entities, including schools and Indian Tribal Organizations, by providing essential perishable food items over a five-year contract period, which will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method. The solicitation emphasizes the importance of compliance with federal regulations, contractor integrity, and the need for established distributors with specific certifications and electronic capabilities. Interested vendors must submit their proposals by January 11, 2026, at 8:00 PM Eastern Standard Time, and can reach out to Jennifer DeLange or Amanda Quaile via email for further inquiries.
    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.
    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.
    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.
    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.
    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 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.
    2ND QTR Bread FY26
    Justice, Department Of
    The U.S. Department of Justice, specifically the Federal Bureau of Prisons, is seeking quotes for the procurement of various bread products under Solicitation Number 15B12026Q00000002, designated as a total small business set-aside. The requirement includes a range of items such as whole wheat and white hot dog buns, hamburger buns, and sliced bread, with specific quantities outlined for each product, all of which must adhere to federal specifications and be delivered fresh within 48 hours of baking. This procurement is crucial for ensuring a consistent supply of food service items for the facility at USP McCreary in Pine Knot, Kentucky. Interested vendors must submit their quotes electronically to John Brown at j16brown@bop.gov by December 16, 2025, at 10:00 a.m. EST, with an anticipated award date of December 17, 2025.