Fresh Milk and Dairy Products Support for DoD Troop Customers in Georgia
ID: SPE30025R0039Type: Solicitation
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 Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for an Indefinite Quantity Contract (IQC) to supply fresh milk and dairy products to various military installations in Georgia, including Fort Benning, Fort Eisenhower, and Fort Stewart. The contract aims to ensure the provision of high-quality dairy items, with a focus on maintaining stringent sanitation and quality control standards, while adhering to the Buy American Act. This procurement is critical for supporting the nutritional needs of military personnel and ensuring efficient supply chain operations within the Department of Defense. Interested vendors must submit their proposals by the specified deadline, with the contract period expected to run from November 16, 2025, to November 11, 2028. For further inquiries, potential offerors can contact Amy Paradis at amy.paradis@dla.mil or Ronald Booth at ronald.booth@dla.mil.

    Files
    Title
    Posted
    The document SPE300-25-R-0039 outlines a Request for Proposal (RFP) for fluid milk and dairy products intended for military installations in Georgia, specifically Fort Benning, Fort Eisenhower, and Fort Stewart. The RFP spans two primary periods: fluid milk items from November 16, 2025 to November 11, 2028, and tiered other dairy items with different timelines. It includes detailed specifications for various dairy products, such as low-fat milk, whole milk, cheese, yogurt, and eggnog, including container sizes, estimated usage quantities, and pricing structures. Offerors are required to provide wholesale prices for specified items and complete calculations for sub-totals associated with each category. The RFP emphasizes the importance of accurate pricing, categorized by fluid milk and two tiers of other dairy items, while also noting additional remarks for clarity. The overarching purpose of the document is to solicit competitive bids from suppliers to fulfill the dairy needs of military personnel while ensuring compliance with federal standards. It highlights the government's intent to leverage competitive procurement for efficient sourcing of essential food items.
    The document, SPE300-25-R-0039, outlines a federal Request for Proposal (RFP) for fluid milk and dairy items for military installations located in Georgia, specifically Ft. Benning, Ft. Eisenhower, and Ft. Stewart. The contract period extends from November 16, 2025, to November 11, 2028, covering a wide range of product categories, including low-fat, whole, and flavored milks, in various container sizes, as well as other dairy products like yogurt and cheese. The submission requires potential offerors to fill in unit prices for specified dairy products, estimating total usage over the contract period. It details essential items across different tiers, with a specified focus on wholesale pricing and total calculations for fluid milk and dairy tiers. Terms also include a structured format for responding offers that must comply with pricing and product specifications. This RFP aims to procure the necessary dairy supplies to meet the nutritional needs of military personnel, adhering to the standards and regulations governing federal contracts. The clarity of specifications and bidding structure represents the government's efforts to ensure transparency, competitiveness, and compliance within the procurement process.
    The document is a Market Fresh Item Request Form, part of a federal procurement process. Its primary purpose is to collect detailed specifications for food items being requested by federal agencies. The form includes fields for crucial product information such as item name, vendor unit of measure, case weight, packaging type, processing method, refrigeration needs, fat content, product grade, and any specific features like being lactose-free or sugar-free. Additionally, there are sections for beverage specifications, including juice concentration and sweetness options. The structure is designed to facilitate the cataloging process by prompting users to provide comprehensive details that will ensure compliance with procurement standards and assist in maintaining a consistent inventory of fresh food items. The inclusion of sections for supporting documents showcases a thorough approach to documentation needed for product approval. The Market Fresh Team emphasizes clarity by requesting detailed descriptions, particularly for ambiguous terms like "light," ensuring accurate understanding of nutritional values. Overall, the document is tailored to streamline information gathering for federal purchase requests within the food sector.
    The document outlines the delivery information related to various military and federal installations primarily in Georgia. It includes specific details about customer facilities, buildings, and addresses pertaining to multiple organizations, such as the Air National Guard, NOAA, and several Army bases. Key facilities mentioned include the 165th Airlift Wing, Dobbins Air Force Reserve Base, and various dining facilities at Fort Moore and Fort Stewart. The information cataloged comprises the shipping destination names, building numbers, and geographical addresses, providing an extensive database for logistics and supply chain management in military operations. This structured format serves as an essential reference for fulfilling federal contracts and requests for proposals (RFPs) related to military sustenance and infrastructure support.
    The document outlines various military and governmental facilities and their associated shipping and delivery points. It provides detailed identifiers for customers, including facility names, building numbers, and specific addresses primarily located in Georgia. Key facilities mentioned include the CGC Willow, NOAA Ship Thomas Jefferson, USS McFaul DDG-74, and multiple Dining Facilities (DFACs) at Fort Moore and Fort Stewart. The purpose of this document appears to be related to the logistics of supply and delivery services to military and governmental installations, facilitating operations like provisions and equipment shipments. Each entry lists a Customer Facility, with corresponding addresses, ZIP codes, and relevant service details, indicating a systematic approach to track and manage supply deliveries. Overall, this document serves as a logistical reference guide crucial for ensuring the timely and accurate supply of goods to various military and government locations, in accordance with federal and local operational protocols.
    The Subsistence Total Ordering and Receipt Electronic System (STORES) outlines the Electronic Data Interchange (EDI) Implementation Guidelines for the Defense Logistics Agency (DLA) Troop Support. The document details the EDI testing process necessary for vendors to interact with STORES, including specific transaction sets for catalogs (832), purchase orders (850), and invoices (810). Vendors must engage with designated contacts for testing before contracts are operational, ensuring successful transmission and processing of data. Key procedures for catalog updates, order generation, and problem resolution during production are emphasized. Furthermore, guidelines detail strict requirements for catalog contents and invoice elements to facilitate accurate billing and compliance. The overarching purpose is to streamline procurement processes within DLA Troop Support, ensuring efficient operation and adherence to government standards in food service supply logistics. This implementation plays a crucial role in supporting military dining facilities and other organizations reliant on subsistence products, ultimately reflecting the government’s focus on efficient resource management.
    The government is conducting market research for a potential Indefinite Delivery Purchase Order contract to supply fresh milk and dairy products to military customers in Georgia. This contract supports the Department of Defense and has a performance period of 36 months with a maximum value of $22.5 million. Interested vendors are asked to respond to specific inquiries related to their capabilities, past governmental experience, and their business size classification (small or large). Additionally, vendors must confirm registration with the System for Award Management and the DLA Internet Bid Board System to participate in future solicitations. The document specifies requirements for utilizing the Subsistence Total Order and Receipt Electronic System (STORES) for order processing and outlines necessary Electronic Data Interchange (EDI) transactions vendors must be able to support. Potential contractors must demonstrate their ability to maintain compliance with inspection requirements from relevant agencies and exhibit their readiness to deliver to military locations in Georgia, including Fort Benning, Fort Eisenhower, and Fort Stewart. Responses are due by May 3, 2025, to designated contacts within the government agency.
    The document outlines a Request for Proposal (RFP) issued by the Defense Logistics Agency (DLA) for an Indefinite Quantity Contract (IQC) to supply Fresh Milk & Dairy products to Department of Defense (DoD) customers in Georgia. This unrestricted solicitation emphasizes the necessity for potential contractors to be established distributors capable of sourcing, storing, and delivering various milk and dairy products while adhering to specified fill rates and quality standards. The contract will span three years, divided into tiers, with a focus on ensuring fresh products with specific shelf-life requirements. Offerors must comply with stringent sanitation and quality control protocols, including submitted third-party warehouse audits to confirm compliance. The contract emphasizes adherence to the Buy American Act, requiring that all supplies be produced in the U.S. Each contractor must maintain an electronic catalog for ordering through the DOD's Subsistence Total Order & Receipt Electronic System (STORES) and ensure timely deliveries while maintaining a 97% fill rate. The document also stipulates procedures for order cancellations, emergency orders, and returns, highlighting the critical nature of food safety and defense throughout the contract implementation. Overall, the RFP is structured to facilitate the efficient delivery of high-quality dairy products while ensuring compliance with various regulations and standards.
    Similar Opportunities
    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.
    SPE30026R0010 - Southern Kentucky and Tennessee and the Surrounding Areas
    Buyer not available
    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.
    FMC Devens Dairy 2nd Quarter
    Buyer not available
    The U.S. Department of Justice, specifically the Federal Bureau of Prisons at the Federal Medical Center (FMC) Devens, is soliciting quotes for dairy products for the second quarter of fiscal year 2026. The procurement includes a variety of dairy items such as skim milk, cottage cheese, and sour cream, with specific requirements for packaging, certification, and delivery conditions. These products are essential for the food service operations at FMC Devens, ensuring the provision of quality nutrition to the facility. Interested vendors must submit their quotes by December 11, 2025, at 10:00 AM EST, and are encouraged to direct any questions to the designated contacts, Eve Rivera-White and Cara Hern, via email.
    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.
    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.
    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.
    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.
    FCI MANCHESTER FY26 2ND QTR DAIRY REQUIREMENT
    Buyer not available
    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.
    FY26 2nd QTR Milk FMC Fort Worth
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at FMC Fort Worth, is soliciting quotations for the provision of pasteurized, nonfat, unflavored Kosher milk for the second quarter of FY26 under Request for Quote 15B50926Q00000001. The procurement is set aside for small businesses, with an estimated weekly requirement of 13,000 half-pint containers, subject to variation based on inmate population, and deliveries are expected every Wednesday between 6 AM and 1 PM CT. This contract is crucial for maintaining the subsistence needs of the federal prison system, ensuring that inmates receive necessary nutritional provisions. Interested vendors must submit their quotes via email by 12:00 p.m. Central Time on December 5, 2025, and should contact Crystal Lopez-Nazario at CLNazario@bop.gov for any inquiries.
    FTC - OKL FY26 2ND QTR MILK
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Transfer Center in Oklahoma City, is seeking proposals for the procurement of quarterly subsistence milk for the second quarter of Fiscal Year 2026. The contract, identified as solicitation 15B51326Q00000003, requires weekly deliveries of milk from January 2, 2026, through March 31, 2026, with strict adherence to delivery schedules and product specifications to ensure compliance with federal regulations. This procurement is critical for maintaining the dietary needs of the facility, and vendors must be registered in the SAM.gov database to submit their offers. Interested parties should submit their quotes electronically by December 9, 2025, with the anticipated award date set for December 19, 2025. For further inquiries, vendors can contact Kyle Doyal at kdoyal@bop.gov or by phone at 405-680-4069.