Request for Information (RFI) for Fresh Milk and Dairy Products support for DLA Troop Support to military customers in Bridgeport, CA.
ID: SPE300-25-R-X007Type: Sources Sought
Overview

Buyer

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

NAICS

Fluid Milk Manufacturing (311511)

PSC

DAIRY FOODS AND EGGS (8910)
Timeline
    Description

    The Defense Logistics Agency (DLA) is soliciting proposals for an Indefinite Quantity Contract (IQC) to supply fresh milk and dairy products to military customers in Bridgeport, California. The contract aims to provide a consistent supply of various dairy items, including nonfat milk, reduced-fat milk, yogurt, and ice cream, with a performance period from August 10, 2025, to August 5, 2028. This procurement is crucial for ensuring the nutritional needs of Department of Defense personnel are met, emphasizing quality and compliance with health standards. Interested contractors must submit their proposals by July 31, 2025, at 3:00 PM Eastern Time, and can contact Robert Danser at Robert.M.Danser@dla.mil or Alicia Nichols-Harris at Alicia.Harris@dla.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a set of delivery and contact details related to federal and military logistics, specifically addressing requests for proposals (RFPs) and orders destined for the Marine Corps Training Center (MCTC) in Bridgeport, California. It identifies the key delivery locations: the MCMWTC Bridgeport Mess Hall and the MC Trng Center, detailing their respective addresses and required shipping instructions. The order number is referenced multiple times, indicating the need for accurate tracking and administration of supplies. The information is structured to provide essential customer information, highlighting the importance of precise documentation in government logistical operations. This summary emphasizes the document's role in facilitating effective procurement and delivery processes within the context of federal military operations.
    The document outlines a federal request for proposal (RFP) regarding the supply of fluid dairy products, focusing on an estimated three-year period from August 10, 2025, to August 5, 2028. It includes a detailed schedule of items for "Fluid Dairy Items #1-5" and "Other Dairy Items #6-16", specifying container sizes, estimated monthly usage projections, and required firm fixed prices with the Environmental Protection Agency (EPA). Products such as nonfat milk, eggnog, various types of yogurt, and ice cream are listed with their respective container sizes and estimated quantities. Furthermore, the document outlines instructions for completing specific columns related to product pricing and usage calculations, emphasizing a structured approach to procurement for these dairy items. The RFP aims to ensure consistent supply and fixed pricing for essential dairy products, reflecting the government’s commitment to sourcing food supplies while adhering to regulatory standards. This proposal illustrates the importance of transparency and accountability in governmental procurement processes concerning food services, thereby ensuring quality and reliability in public nutrition.
    The government is conducting market research for a possible simplified indefinite-delivery contract (SIDC) to supply fresh milk and dairy products in Bridgeport, CA, specifically to the Department of Defense (DoD) military customers. The contract will have a duration of 36 months with a maximum value of $250,000. Interested vendors are asked to respond to several questions concerning their capabilities and past experiences, as well as whether they can service customers at specific military locations. The document outlines requirements for vendors, such as maintaining compliance with inspections by relevant agencies and utilizing the Subsistence Total Order and Receipt Electronic System (STORES) for order management. Vendors must provide digital interfaces for transactions and may have to subcontract part of the contract if necessary. Responses should be sent to designated contacts for consideration. This market research emphasizes the need for vendors to demonstrate their ability to deliver products efficiently to military customers while adhering to government regulations and systems.
    The document is an amendment/modification of a government solicitation, specifically for Contract ID SPE30025RX007. The key purpose is to extend the proposal submission deadline from May 21, 2025, to June 12, 2025, at 3:00 p.m. Eastern time. It clarifies that all other terms and conditions of the original solicitation remain unchanged. Contractors are required to acknowledge receipt of the amendment in their submissions, and the modification is issued per established federal regulations. The document underscores the importance of adhering to submission timelines and procedures in government procurement, ensuring that participants are well-informed of the updated deadlines to submit their proposals accurately. Overall, the communication aligns with standard practices in federal RFPs, emphasizing clarity in administrative processes while maintaining project integrity.
    The document is an amendment to a government solicitation regarding a contract modification, specifically for contract ID SPE30025RX007. The amendment announces that the proposal submission deadline has been extended to July 31, 2025, at 3:00 PM Eastern Time. It emphasizes that all other terms and conditions from the original solicitation remain unchanged. The amendment serves a crucial role in the procurement process by ensuring that contractors are informed of the new deadline and provides guidance on how to acknowledge receipt of this amendment to avoid rejection of their offers. This modified solicitation aims to enhance the opportunity for contractors to submit their proposals, reflecting the ongoing adjustments often seen in federal Requests for Proposals (RFPs).
    The document outlines a Request for Proposal (RFP) detailing the supply of fluid dairy and other dairy items for the federal government in Bridgeport, CA, effective from August 10, 2025, to August 5, 2028. It specifies various products including nonfat milk, eggnog, reduced-fat milk, half and half, yogurt in multiple flavors, and ice cream in several varieties, with estimated usage for each product listed for a 36-month period. Each item is categorized with appropriate container sizes and quantities, alongside firm fixed prices subject to the Environmental Protection Agency (EPA) guidelines. Offerors are required to complete specific columns providing wholesale prices and estimated totals for both fluid milk and other dairy products. The prices for the items range from $0.00 to designated fixed amounts, reinforcing adherence to budgetary constraints. This RFP is an essential procurement mechanism utilized by the federal government to ensure the consistent supply of dairy products, reflecting policies that emphasize quality and compliance with health standards across governmental entities. It serves as a crucial step in securing reliable food sources within federal programs, emphasizing the importance of establishing long-term contracts for nutritional provisions.
    The document outlines logistical details related to orders and deliveries for military facilities in Bridgeport, California. It specifies two primary facilities: the MCMWTC Bridgeport Mess Hall and the MC Training Center, both located at HC 83 BLDG 3006, Bridgeport, CA. The document includes essential customer information, such as the names, addresses, and delivery instructions needed for supply fulfillment. It confirms the delivery expectations and recipient locations for military service orders, indicating that coordination is required between the ordering point and the delivery sites. This document illustrates the operational processes involved in managing military orders and reinforces the importance of precise information distribution for effective supply chain management within federal and military contexts.
    The document is a solicitation (SPE300-25-R-X007) issued by the Defense Logistics Agency (DLA) for an Indefinite Quantity Contract (IQC) to supply fresh milk, dairy, and ice cream products to Department of Defense (DoD) customers in the Bridgeport, California Zone. The contract, expected to last three years, requires successful offerors to have existing capabilities in sourcing, purchasing, storing, and delivering these products while maintaining specified quality and fill rates. The solicitation emphasizes an unrestricted competition with preferences for HUBZone businesses and mandates that offerors exhibit compliance with federal regulations and demonstrate adherence to standards of quality, sanitation, and delivery protocols. Key aspects include providing electronic data interchange (EDI) capabilities and maintaining electronic catalogs for customer orders via the Subsistence Total Order Receipt Electronic System (STORES). Contractors must also adhere to strict freshness requirements, maintain a high fill rate, and manage customer service diligently. Regulations around pricing and product adjustments are specified, including economic price adjustments for certain dairy products, ensuring compliance with the Buy American Act, and managing all logistics associated with product deliveries while ensuring food defense throughout the supply chain. This solicitation is pivotal in establishing an efficient, compliant supply chain for military subsistence operations, underlining the government's focus on quality food supply for troop support.
    Similar Opportunities
    Solicitation/Request for Proposal (RFP) for Subsistence Prime Vendor (SPV) Support for Puerto Rico
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for Subsistence Prime Vendor support to serve military and federally funded customers in Puerto Rico. The contract will require a full-line food distributor to supply and deliver a variety of perishable and semi-perishable food items, including chilled products, frozen meats, dairy, fresh produce, and beverages, to various military facilities and operations throughout the region. This procurement is crucial for ensuring the availability of essential food supplies to support military readiness and operations. Interested vendors must submit their proposals via the DLA Internet Bid Boards System (DIBBS) by January 12, 2026, at 3:00 PM Philadelphia Time, with an estimated contract value of $32 million and a maximum potential value of $48 million. For further inquiries, contact Gwen Garcia at gwen.b.garcia@dla.mil or Matthew Ligato at MATTHEW.LIGATO@DLA.MIL.
    Dairy Requirement - FY26 2nd Quarter - FDC SeaTac
    Justice, Department Of
    The U.S. Department of Justice, through the Federal Bureau of Prisons at the Federal Detention Center (FDC) SeaTac, is seeking quotes for various dairy products, specifically pasteurized nonfat milk and low-fat cottage cheese, for the period from January 1, 2026, to March 31, 2026. This procurement is set aside for small businesses under NAICS code 311511, emphasizing the importance of compliance with federal regulations and delivery specifications. The selected contractor will be responsible for weekly deliveries, adhering to strict temperature controls and quality standards, with a firm-fixed price contract anticipated to be awarded on or about December 29, 2025. Interested vendors must submit their quotes in PDF format to Elizabeth Kramer at ekramer@bop.gov by 12:00 p.m. PST on December 23, 2025, ensuring all required documentation is included.
    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.
    FCI MANCHESTER FY26 2ND QTR DAIRY REQUIREMENT
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons at FCI Manchester, is seeking quotations for dairy products as part of a Combined Synopsis/Solicitation (RFQ 15B11026Q00000002) for the second quarter of Fiscal Year 2026. The procurement includes weekly deliveries of skim milk, sour cream, and cottage cheese, with quantities confirmed weekly by the local food service administration, covering the period from January 1 to March 31, 2026. These dairy products are essential for the daily operations and nutritional needs of the inmate population at the facility. Interested vendors must submit their quotes via email to Andre Cawood by December 17, 2025, at 10:00 AM EST, and the evaluation will focus on price and past performance, with a single award anticipated.
    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.
    Dimethyl Fumarate DR Presolicitation
    Dept Of Defense
    The Defense Logistics Agency (DLA) is planning to issue a solicitation for a national requirements contract for Dimethyl Fumarate DR capsules, specifically 120MG capsules in 14 count bottles and 240MG capsules in 60 count bottles. This procurement aims to establish a reliable national supply source for these pharmaceutical products, which are essential for Department of Defense (DoD) customers through the DLA prime vendor program. The contract will be a firm-fixed price, requirements type contract with a one-year base period and four one-year options, emphasizing compliance with federal regulations and efficient distribution of pharmaceuticals for military healthcare. Interested parties should contact Kevin Rafferty at kevin.rafferty@dla.mil or 215-737-0907 for further inquiries, and the projected solicitation date is February 2021, with an amendment extending the offer submission deadline to October 14, 2021, at 3:00 PM EST.
    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.
    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 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.
    FCC Terre Haute Form 10 DAIRY QTR 2 FY26
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Complex in Terre Haute, Indiana, is seeking bids for dairy products, including skim milk, cottage cheese, and bulk margarine, with deliveries scheduled to commence by January 23, 2026. This procurement is crucial for meeting the dietary needs of the facility and is structured as a Firm Fixed Price contract, emphasizing the importance of quality and compliance with federal standards. Interested vendors must submit their quotes by December 22, 2025, at 11:00 AM EST, and are encouraged to contact Richard Moothery at rmoothery@bop.gov for further information. The solicitation is open to all qualified bidders, with no set-aside restrictions.