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
    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.
    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.
    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.
    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.
    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/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.
    SPE30026R0010 - Southern Kentucky and Tennessee and the Surrounding Areas
    Dept Of Defense
    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.
    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.
    Pre Solicitation Synopsis for SPE300-26-R-0008 Kansas, Nebraska, Iowa, Northern Missouri and Surrounding Region
    Dept Of Defense
    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.
    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.