SPE300-25-R-0032 - Fresh Bread & Bakery Products for DoD Troop Customers in the South Carolina Zone
ID: SPE300-25-R-0032Type: Combined Synopsis/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
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 7:00 PM UTC
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
Jan 14, 2025, 8:06 PM UTC
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.
Apr 15, 2025, 3:07 PM UTC
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.
Jan 14, 2025, 8:06 PM UTC
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.
Apr 15, 2025, 3:07 PM UTC
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.
Apr 15, 2025, 3:07 PM UTC
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.
Apr 15, 2025, 3:07 PM UTC
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.
Jan 14, 2025, 8:06 PM UTC
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.
Apr 15, 2025, 3:07 PM UTC
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.
Apr 15, 2025, 3:07 PM UTC
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.
Apr 15, 2025, 3:07 PM UTC
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
BAKERY PRODUCTS for OKINAWA AREA BASES
Buyer not available
The Defense Logistics Agency (DLA) Troop Support Indo-Pacific is conducting market research to identify local sources capable of supplying bakery products for bases in the Okinawa area of Japan. This sources sought announcement aims to gather information on potential suppliers who can fulfill a requirement for various bakery items, including bread, rolls, and cakes, as detailed in the attached schedule of items. The procurement will focus on high-quality, fresh products to meet the dietary needs of military personnel, with a potential Firm-Fixed Price Blanket Purchase Agreement (BPA) contract lasting up to five years. Interested parties must submit their company information and capabilities by 5:00 p.m. Japan Standard Time on April 18, 2025, via email to Eric J. Guidish at eric.guidish@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.
Performance Readiness Bar Solicitation - SPE3S125R0005
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is soliciting proposals for the Performance Readiness Bar, a fortified snack bar designed to enhance muscle growth and bone strength for personnel in training environments. The procurement seeks shelf-stable bars in three flavors—Chocolate, Tart Cherry Berry, and Salted Caramel—each meeting strict nutritional and quality standards, including specific requirements for shelf life, appearance, and ingredient formulations. These bars are crucial for ensuring the nutritional needs of military personnel, particularly in operational or emergency settings. Interested contractors must submit proposals that comply with detailed submission guidelines, including the provision of Product Demonstration Models, by the specified deadline, with a guaranteed minimum order value of approximately $2 million over five years. For further inquiries, contact Jayson Marbach at jayson.1.Marbach@dla.mil or Tiendung Nguyen at tiendung.nguyen@dla.mil.
(Amended) Full Line Food and Beverage Support for DLA customers in the states of Missouri and Illinois and Surrounding areas
Buyer not available
The Defense Logistics Agency (DLA) Troop Support is seeking a contractor to provide Full Line Food and Beverage Support for its customers in Missouri, Illinois, and surrounding areas. The procurement involves delivering various subsistence items from the federal supply group on a "just in time" basis, with the expectation that deliveries will commence no later than 120 days post-award. This contract, valued at a maximum of $540,638,783.35, is crucial for ensuring timely access to both perishable and semi-perishable food products for military and other government operations. Interested parties can find the Request for Proposal (RFP) SPE300-25-R-0001 on the DLA BSM DIBBS website, with the solicitation expected to be posted in December 2024. For further inquiries, contact Dakota Donnelly at Dakota.donnelly@dla.mil or Vance S. Corey at vance.corey@dla.mil.
Alaska Prime Vendor (DLA Troop Support Subsistence)
Buyer not available
The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Alaska Prime Vendor contract (Solicitation SPE300-25-R-0011), aimed at providing full-line food services support to military and federally funded customers in Alaska. This procurement is intended to secure a reliable supply of various food items, including dairy, meats, and meal kits, essential for sustaining military operations in the region. The contract will be a 5-year Tiered Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement, emphasizing ethical sourcing and compliance with federal regulations, particularly concerning labor practices. Interested parties must submit their proposals electronically by April 3, 2025, at 3:00 PM EST, and can contact Matt DePetris or Veronica Faso for further information.
Solicitation Notice for Fresh Fruit and Vegetable support for DoD Troop and USDA School Customers in the Middle Atlantic Zone
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for an indefinite quantity contract to supply fresh fruits, vegetables, and shell eggs to DoD and USDA school customers in the Middle Atlantic Zone. This procurement is specifically set aside for small businesses, requiring vendors to provide USDA Grade Number 1 or better quality products while demonstrating the capability to source, store, and deliver these items with high customer service standards. The contract, which spans five years, emphasizes compliance with quality and pricing requirements, including the necessity for a valid Perishable Agricultural Commodities Act (PACA) license and Good Agricultural Practices (GAP) certifications. Interested parties must submit their proposals by May 6, 2025, at 3 PM EDT, and can contact Marcus Berenato or James Barr for further information.
Solicitation Notice for Market Fresh Milk & Dairy Product support for DLA Troop Support military customers in the State of Virginia (Ft Eustis, Ft AP Hill, Ft Gregg Adams & Langley AFB Area)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for the supply of market fresh milk and dairy products to military customers in Virginia, specifically at Fort Eustis, Fort A.P. Hill, Fort Gregg Adams, and Langley Air Force Base. The procurement aims to provide essential food supplies, including various types of milk and dairy items such as buttermilk, yogurt, sour cream, and cottage cheese, to support military operations and USDA school customers in the region. This solicitation is critical for ensuring the availability of nutritious food options for service members and their families, contributing to overall troop welfare. Interested vendors must submit their proposals by May 12, 2025, at 3:00 PM Eastern Standard Time, and can reach out to Katie Ann Wimsey or James Barr via email for further inquiries.
Q3 FY25 BREAD
Buyer not available
The Department of Justice, specifically the Bureau of Prisons at FDC Miami, is seeking qualified small businesses to provide bread and bakery products through a combined synopsis/solicitation process. The procurement aims to fulfill the dietary needs of the facility, ensuring that the products meet or exceed specified quality standards. This opportunity is significant as it supports the daily operations of the prison system, impacting the health and well-being of the inmate population. Interested vendors must submit their bids via the Unison Marketplace by April 17, 2025, and can direct any inquiries to Marketplace Support at marketplacesupport@unisonglobal.com or by calling 1.877.933.3243.
Request for Information (RFI) for Fresh Milk & Dairy Products support for DLA Troop Support to military customers in the North Carolina Zone.
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking information from suppliers regarding the provision of fresh milk and dairy products for military customers in the North Carolina Zone. This Request for Information (RFI) aims to gather feedback on the Agency's requirements for fresh dairy items, which will be utilized by various military installations, including Fort Bragg and Camp Lejeune, as part of a future indefinite quantity contract. The selected suppliers will be responsible for ensuring that all products meet strict freshness and quality standards, with a proposed contract ordering period from July 6, 2025, to July 8, 2028, and a maximum contract value of $4,275,000. Interested vendors are encouraged to respond to the attached market research survey by May 1, 2025, and can direct inquiries to Joshua Weber at joshua.weber@dla.mil or Amy Paradis at amy.paradis@dla.mil.
Fresh, fruit, vegetables and fresh bread
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking qualified vendors to provide fresh fruits, vegetables, and fresh bread for authorized customers in Panama, specifically at the Ports of Colon and Balboa. This presolicitation aims to gather information regarding the operational capacity of potential suppliers to support U.S. Coast Guard and U.S. Navy ships in the region, with an estimated annual sales value of $125,000 and a maximum contract value of $250,000. The procurement is part of the DLA Troop Support’s OCONUS Subsistence Prime Vendor Program, and interested vendors are encouraged to respond to the request for information by May 2, 2025, with inquiries directed to Kenyatta Richards at Kenyatta.Richards@dla.mil or Donovan Mahoney at donovan.mahoney@dla.mil.