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

Buyer

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

NAICS

Fresh Fruit and Vegetable Merchant Wholesalers (424480)

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 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.

    Point(s) of Contact
    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.
    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 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
    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
    Buyer not available
    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.
    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.
    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.
    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.
    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.
    FCC Coleman FY26 January Produce
    Buyer not available
    The Department of Justice, Bureau of Prisons (DOJ BOP), is seeking qualified small businesses to provide fresh produce for the Federal Correctional Complex (FCC) Coleman in Florida, with deliveries scheduled for January 2026. The procurement includes a variety of fruits and vegetables, all of which must be USDA inspected and palletized for efficient unloading, with specific quantities outlined in the solicitation documents. This opportunity is crucial for maintaining the dietary needs of the facility's population and ensuring compliance with health standards. Interested vendors must register on the Unison Marketplace to participate in the reverse auction, with bids accepted until December 15, 2025, at 11:00 ET; for further inquiries, contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    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.
    FCC Coleman FY26 December Produce
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at FCC Coleman in Florida, is seeking qualified small businesses to provide perishable prepared food items, particularly fresh produce, through a combined synopsis/solicitation process. Vendors must adhere to strict delivery schedules and requirements, including USDA inspection for all produce items, which encompass a variety of fruits and vegetables such as apples, carrots, and tomatoes, with specific grades and packaging standards outlined. This procurement is critical for maintaining food supplies within the correctional facility, ensuring compliance with health and safety standards. Interested sellers must submit their bids via the Unison Marketplace by November 25, 2025, and can direct inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    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.