Fresh Fruits & Vegetables (FF&V) Support for DoD & Non-DoD Customers – Kwajalein Atoll
ID: SPE302-25-R-0008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA TROOP SUPPORT INDO-PACIFICJBPHH, HI, 96860-3520, USA

NAICS

All Other Miscellaneous Food Manufacturing (311999)

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 Indo-Pacific, is seeking a commercial distributor to provide 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, emphasizing the need for high-quality, U.S.-sourced produce that meets USDA Grade 1 standards and has a minimum shelf life of seven days upon delivery. This contract, valued at approximately $31.5 million, requires offerors to submit comprehensive proposals by January 4, 2026, including a detailed delivery plan and various certifications. Interested parties should direct inquiries to Bradley Ah Nee at bradley.ahnee@dla.mil or Kirk Moser at kirk.moser@dla.mil.

    Point(s) of Contact
    Bradley Ah Nee
    bradley.ahnee@dla.mil
    Kirk Moser(808) 786-2136
    Kirk.Moser@dla.mil
    Files
    Title
    Posted
    This government solicitation outlines requirements for a five-year Indefinite-Delivery/Indefinite Quantity (IDIQ) contract to supply fresh fruits and vegetables (FF&V) to DoD and Non-DoD customers on Kwajalein Atoll. Key requirements include contractor registration in SAM, electronic data interchange (EDI) capabilities, and adherence to a strict code of business ethics. Contractors must ensure all personnel obtain necessary base security clearances like RapidGate or DBIDS. The contract emphasizes detailed delivery and logistics plans, especially for subcontractors, with the prime contractor bearing full responsibility. Pricing will be fixed, subject to economic price adjustments (EPA) for delivered prices, while distribution prices remain firm. The solicitation also details procedures for catalog maintenance, new item additions, order placement, and strict quality control, including provisions for rejections and returns. This is a 100% small business set-aside, requiring compliance with the Non-Manufacturer Rule.
    The document, SPE302-XX-R-XXXX, titled "Attachment 1 - Schedule of Item," is a Request for Proposal (RFP) or a similar procurement document from the federal government, specifically for DOD customers in Saipan & Tinian. It outlines a schedule of items for three tiers, each covering a 12-month period, under the Saipan STORES Catalog. The file lists a wide range of products, predominantly fresh produce (FF&V), frozen goods, bakery items, and various grocery products. For each item, it provides a stock number, item description, unit of measure, estimated cases per 12 months, and placeholders for vendor-provided pricing. The document also includes an example section with distribution prices by category (FF&V, Bakery, Frozen, Grocery) and asks vendors to fill in purple blocks, indicating it's a template for bids. The main purpose is to solicit pricing from vendors for a comprehensive list of provisions to support DOD customers in Saipan and Tinian.
    The Defense Logistics Agency (DLA) Troop Support Indo-Pacific, Procurement Office Hawaii, requires a comprehensive Delivery and Distribution Plan from interested contractors. This plan is crucial for evaluating an offeror's ability to consistently deliver USDA Grade 1 fresh produce to the Kwajalein Atoll. The document outlines specific requirements for the plan, including procedures for order receipt, verification, staging, storage, handling, transportation, and delivery coordination. Contractors must detail their delivery model, frequency, and logistics chain, including how they will manage challenges and ensure consistency. The RFP also mandates explanations for same-day re-delivery processes, transportation methods (including last-mile coordination and partnerships), and tools for monitoring delivery performance and customer satisfaction. Furthermore, strategies for adjusting deliveries due to disruptions and a detailed explanation of cold chain management to preserve product integrity and USDA standards are required. Offerors can include additional operational details to support their capabilities.
    The provided government file outlines shipping and customer information for an ordering point identified as W586FC, located at USAG Kwaj-Atoll. Key details include the customer name, facility, and specific building (602). The address is further specified as W6ZA USAG Kwaj-Atoll, PBO UAG Kwaj ATOLL PSC 701, Marsah, MH 99999. The country is MH, and the service type is AR. This document appears to be a standard record for tracking delivery and customer data within a government or military logistics context.
    DLA Troop Support Indo-Pacific's Procurement Office Hawaii is issuing a Market Research Survey for a Subsistence Long Term Contract (SPE302-25-R-0008) to gather information for Fresh Fruits & Vegetables (FF&V) Support for DoD & Non-DoD Customers on Kwajalein Atoll. The contract, with a guaranteed minimum of $210,000.00 and a maximum ceiling of $31,500,000.00, will run for five years from March 5, 2026, to March 4, 2031. The Request for Information (RFI) closes on September 10, 2025, at 0800 HST. The survey requests details on cold chain management, transportation and logistics to Kwajalein, packaging and handling to preserve quality, receiving and inspection procedures, contingency planning for disruptions, origin and staging capabilities, coordination with AMC or air cargo, real-time temperature compliance and monitoring, product quality and handling, shelf life guarantees, and past experience supplying FF&V to remote or Pacific island locations. Responses should be sent to bradley.ahnee@dla.mil and allison.higashi@dla.mil.
    The STORES Catalog Vendor User Guide, released in September 2019 by DLA Troop Support – Philadelphia, details the functionalities of the Subsistence Total Order and Receipt Electronic System (STORES) Catalog for vendors. This application allows qualified users to create and manage catalogs for export to STORES. The guide covers essential topics such as user administration, including logging on, requesting new accounts, resetting passwords, and reactivating accounts. It also outlines the roles and privileges of vendors, guest vendors, and manufacturers within the system. Key sections include managing baseline and production catalogs, adding and modifying items, generating various reports (e.g., pending changes, disapproval), and downloading catalogs and user guides. The document emphasizes security measures like password expiration notifications and timeout settings, and provides troubleshooting tips and contact information for customer assistance. The guide serves as a comprehensive resource for vendors to effectively utilize the STORES Catalog application.
    The “STORES Web Reconciliation Tool - EDI Vendors Users – September 2019” document serves as a comprehensive guide for vendors utilizing the Subsistence Total Order and Receipt Electronic System (STORES) Reconciliation Tool. It outlines the processes for logging in, managing accounts, and performing essential functions such as reconciling Electronic Data Interchange (EDI) records, confirming orders, and maintaining fill rates. The guide details how to handle mismatched invoices, receipts without invoices, and invoices without receipts, including steps for modifying invoice details. It also covers viewing CAGE Code assignments, downloading changes, and accessing messages. The document emphasizes security protocols like certificate-based logins and password management, along with troubleshooting tips for common issues. The overarching purpose is to ensure efficient and accurate reconciliation of orders and receipts within the DLA Troop Support – Philadelphia framework.
    The “Subsistence Total Ordering and Receipt Electronic System (STORES) EDI Implementation Guidelines” document outlines the electronic data interchange (EDI) procedures for vendors interacting with DLA Troop Support. It details the testing process, contacts, and production procedures for three key EDI transaction sets: 832 (Catalog), 850 (Purchase Order), and 810 (Invoice). The guidelines provide segment-level requirements for each transaction, including mandatory, conditional, and optional elements, along with examples. It also highlights DLA's migration to an upgraded 4010 EDI X12 map version. The document emphasizes timely catalog updates, continuous order retrieval, and prompt problem recovery during production, ensuring seamless electronic communication for subsistence procurement.
    The Federal Food and Drug Administration (FDA) issued a final rule on July 14, 2005, mandating domestic and foreign food facilities to register under the Federal Food, Drug, and Cosmetic Act. This rule, part of the Food Safety Modernization Act (FSMA) implementation, addresses potential public health threats from intentional food adulteration. All FDA Food Substance Contracts now require submission and implementation of a Food Defense Plan, approved by the FDA Food Safety Officer. These plans must outline preventive measures across all stages of receiving, production, storage, assembly, delivery, and shipment at both CONUS and OCONUS locations to safeguard products from intentional adulteration. The document clarifies roles and responsibilities for food defense for all FDA Food Substance Contractors, aiming to reduce duplication and contradictions in existing checklists and facilitate necessary changes based on FDA audits or feedback from inspection agencies.
    This document outlines the U.S. federal government's Defense Logistics Agency (DLA) Troop Support's quality assurance program for produce, 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 personnel, assess adherence to contractual requirements, US Grade Number 1 quality, and prevent misrepresentation. Contractors undergo audits at least once per contract period, providing samples and facilities at their expense. Products are rated Green (acceptable), Yellow (minor nonconformance), Blue (major nonconformance, requiring immediate stop-issue), or Red (critical nonconformance, prompting hazardous food recall). Contractors must achieve at least 85% acceptability per commodity and implement corrective actions for deficiencies. Traceability to the grower/supplier is mandatory, especially for repackaged items, to facilitate recalls and verify origin.
    The Controlled Unclassified Information (CUI) document outlines a "NEW ITEM REQUEST FORM" used in government procurement, specifically for federal and state/local RFPs and grants. This form is designed for vendors to request the addition of new items to a catalog or contract. It requires detailed information about the item, including vendor name, contract number, item name and description, manufacturer, product price, distribution fees, total price, estimated monthly usage, vendor part number, unit of measure, weight, individual package type and weight, count per case, processing details, refrigeration requirements, product grade, and additional features. The document also specifies that vendors must attach a spec sheet and supporting documents. It is controlled by DLA Troop Support Indo-Pacific under the CUI Category Source Selection (SSEL) with distribution limited to FED ONLY, emphasizing its sensitive nature in government contracting.
    The Defense Logistics Agency (DLA) Troop Support Indo-Pacific, Procurement Office Hawaii, has issued a Contractor Overview Report (SPE302-25-R-0008) for Fresh Fruits & Vegetables (FF&V) Support for DoD & Non-DoD Customers at Kwajalein Atoll. This document is a critical evaluation tool for offerors interested in a 5-year contract, valued between a guaranteed minimum of $210,000.00 and a maximum ceiling of $31,500,000.00, with a performance period from March 5, 2026, to March 4, 2031. The solicitation closes on January 4, 2026, at 0800 HST. Contractors must provide comprehensive, self-contained responses to questions covering commercial distributor status, licenses (SAM.gov and PACA), order processing, inventory management, technology systems (including STORES familiarity), local market understanding, surge support, volume fluctuation capability, USDA grading, and catalog update history. Additionally, the report details extensive quality assurance and food safety procedures, including spoilage/rejection response, shelf life guarantees, inspection/traceability, compliance with attachments (QSM Visits, Food Defense), food defense plans, recall readiness, pest control, and staff training. Offerors can use an additional page for clarifications and must submit a signed certification acknowledging the accuracy and completeness of their responses, as any inaccuracies may lead to unfavorable evaluation or ineligibility.
    This document addresses questions regarding Solicitation Number SPE302-25-R-0008 for fresh fruits and vegetables for DoD and Non-DoD customers on Kwajalein Atoll. Key points include clarification on the 21-day lead time, emphasizing that orders can be placed earlier and that all produce must be U.S.-sourced, negating customs clearance issues. The government stresses the importance of maintaining USDA Grade 1 quality and a 7-day shelf life upon delivery, warning against barge transportation due to quality concerns. The contractor bears full responsibility for quality control from start to finish, even with third-party couriers, requiring detailed delivery plans and temperature monitoring. Inspection and acceptance occur upon customer receipt. For rejections, a Subsistence Deficiency Form must be submitted. The solicitation's dollar value is $31.5 Million, with current shipments originating from an Oahu facility.
    This government solicitation, SPE302-25-R-0008, outlines requirements for commercial items, focusing on contractor responsibilities for safeguarding defense information and adhering to various federal regulations. Key provisions include the implementation of NIST SP 800-171 for cybersecurity, rapid reporting of cyber incidents within 72 hours, and strict controls on malicious software and media preservation. The document also incorporates numerous FAR and DFARS clauses covering topics such as contractor ethics, whistleblower rights, restrictions on certain foreign products and services (e.g., Kaspersky Lab, certain telecommunications equipment), equal opportunity for veterans and individuals with disabilities, and combating human trafficking. Additionally, it addresses requirements for sustainable products and services, Buy American provisions, and the use of U.S.-flag vessels for sea transportation of supplies. The solicitation emphasizes compliance with these regulations and outlines flow-down requirements for subcontracts, ensuring a comprehensive approach to security, ethics, and operational standards.
    Similar Opportunities
    FF&V Produce Support for Troops and Schools in West Virginia
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking feedback from vendors regarding the provision of Full Line Fresh Fruits and Vegetables (FF&V) to support Department of Defense troops and USDA school customers in West Virginia. The agency aims to establish indefinite quantity contracts to supply USDA Grade Number 1 or better quality produce, including fresh fruits, vegetables, and potentially shell eggs, with specific quality requirements outlined in the attached schedule. This procurement is significant as it ensures the availability of high-quality food products for military personnel and educational institutions, with an estimated contract value exceeding $5 million for a 24-month base period and nearly $39 million over five years. Interested vendors are encouraged to respond to the Market Research Survey by December 31, 2025, at 3:00 PM EST, and may direct inquiries to Kasey McConnell-Rosinski or Paul Le via the provided email addresses.
    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.
    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.
    Pre-solicitation Notice for Subsistence Prime Vendor for Mexico Gulf of America
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is conducting a Request for Information (RFI) regarding the provision of fresh fruits and vegetables (FF&V) to military and federally funded customers in Veracruz and Progresso, Mexico. The DLA is seeking insights into vendors' operational capabilities, including their ability to handle an estimated annual sales volume of $350,000, as well as their business size, type, and existing facilities for Prime Vendor support. This initiative is crucial for ensuring the supply of quality FF&V to military personnel, highlighting the importance of reliable logistics and distribution channels in supporting U.S. forces abroad. Interested vendors are encouraged to submit their responses by December 29, 2025, via email to Michael Agovino at MICHAEL.AGOVINO@DLA.MIL or Steven Bogrette at steven.bogrette@dla.mil, noting that no compensation will be provided for the information submitted.
    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.
    Presolicitation Notice for Subsistence Prime Vendor Support for Mexico
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking information from vendors regarding the provision of fresh fruits and vegetables to military and federally funded customers at various ports in Mexico, including Huatulco, Manzanillo, Puerto Vallarta, and Tiapas-Tapachula. This Request for Information (RFI) aims to gather insights on vendors' operational capabilities, including their ability to manage an estimated annual contract value of $350,000, and to understand their logistics, food distribution capabilities, and concerns related to the supply of fresh produce in the specified areas. Interested vendors are encouraged to respond by December 29, 2025, and should direct their inquiries to Michael Agovino at MICHAEL.AGOVINO@DLA.MIL or Steven Bogrette at steven.bogrette@dla.mil, as the government will not compensate for any information provided in response to this RFI.
    Solicitation/Request for Proposal (RFP) for Subsistence Prime Vendor (SPV) Support for Republic of Korea
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is soliciting proposals for a Subsistence Prime Vendor (SPV) contract to provide food and related services to military and federally funded customers in the Republic of Korea. The contract will require the selected vendor to supply a comprehensive range of perishable and semi-perishable food items, as well as non-food service operating supplies, ensuring support for various military facilities and operations throughout the region. This opportunity is a 100% Small Business Set-Aside, with an estimated value of $217.5 million, and a maximum potential value of $435 million over a contract term of 60 months, divided into three pricing tiers. Interested parties must submit their proposals via the DLA Internet Bid Boards System (DIBBS) by January 6, 2026, at 3:00 P.M. Philadelphia Time, and can direct inquiries to Gwen Garcia at gwen.b.garcia@dla.mil or Donovan Mahoney at donovan.mahoney@dla.mil.
    Solicitation/Request for Proposal (RFP) for Subsistence Prime Vendor (SPV) Support for Puerto Rico
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency-Troop Support (DLA-Troop Support), is soliciting proposals for Subsistence Prime Vendor support to provide food and beverage products to military and federally funded customers in Puerto Rico. The contract will require the selected vendor to supply a wide range of food items, including perishable and semi-perishable products, to various military facilities and operations throughout the region, with an emphasis on supporting visiting U.S. Navy ships and other authorized customers. This procurement is critical for ensuring the availability of essential food supplies for military operations, with an estimated contract value of $32 million and a maximum potential value of $48 million, including surge requirements. Interested vendors must submit their proposals via the DLA Internet Bid Boards System (DIBBS) by January 12, 2026, at 3:00 PM Philadelphia time, and can direct inquiries to Gwen Garcia at gwen.b.garcia@dla.mil or Matthew Ligato at MATTHEW.LIGATO@DLA.MIL.
    Presolicitation Notice For Subsistence Prime Vendor Support For Puerto Rico
    Dept Of Defense
    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.
    INDOPACOM FSE
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking information from vendors capable of providing Dining Facility (DFAC) equipment support for military and federally funded customers in the INDOPACOM region. The procurement focuses on foodservice equipment, including delivery, incidental installation, and site visits, with an estimated yearly demand of 25 orders totaling approximately $3 million. This Request for Information (RFI) is intended for market research purposes only, and interested vendors are encouraged to submit their capabilities, including experience, delivery logistics, and potential for long-term contracts, by the specified deadline via email to the primary and secondary contacts listed. Responses should be directed to Griffin Peterson, Timothy Coyle, and Matthew Conroy at their respective email addresses.