PreSolicitation Notice: Fresh Bakery Product Support For DLA Customers at Fort Knox. KY
ID: SPE30025R0033Type: Presolicitation
2 AwardsApr 30, 2025
$2.4M$2,376,149
AwardeeKLOSTERMAN BAKING CO Cincinnati OH 45229 USA
Award #:SPE30025DW011
Overview

Buyer

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

NAICS

Commercial Bakeries (311812)

PSC

BAKERY AND CEREAL PRODUCTS (8920)
Timeline
    Description

    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of fresh bakery products to support military dining facilities at Fort Knox, Kentucky. The contract will cover a range of bakery items, including various types of bread and rolls, with specific requirements for packaging, pricing, and delivery timelines. This procurement is crucial for ensuring that military personnel have access to quality food items, thereby supporting their dietary needs during operations. Interested vendors should contact Joseph Marchione at joseph.marchione@dla.mil or James Barr at james.barr@dla.mil for further details, and must adhere to the outlined specifications and submission guidelines as detailed in the associated documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document SPE300-25-R-0033 outlines a federal Request for Proposal (RFP) for the procurement of various bread and bakery items intended for distribution to Fort Knox, KY, and Camp Atterbury, IN. The RFP specifies the types of products required, including fresh sliced whole wheat bread, white bread, rye bread, pumpernickel, bagels, and assorted rolls, with concrete details on package sizes and pricing requirements. It is structured into two tiers, with pricing outlined for both Tier 1 (covering the period from July 6, 2025, to January 2, 2027) and Tier 2 (from January 3, 2027, through July 1, 2028). Pricing must be accurately rounded and formatted, emphasizing the importance of compliance in financial reporting. Further, it notes the necessity for delivery within a specified timeframe post-order. This procurement effort aims to ensure the availability of essential food items to military operations, illustrating a commitment to meeting the dietary needs of service members through structured government contracts for food supply. All suppliers must adhere to the specified requirements including packaging, pricing formats, and lead time for delivery.
    The document outlines the EDI Implementation Guidelines for the Subsistence Total Order and Receipt Electronic System (STORES), focusing on the electronic data interchange (EDI) processes for catalog submissions, purchase orders, and invoices. It specifies the roles of DLA Troop Support contacts for testing various EDI transaction sets (832, 850, and 810), emphasizing the importance of successful testing before contracts go live. The guidelines outline the testing processes, production procedures, and transaction requirements necessary for vendors to interact with STORES efficiently, including submission timelines, line item specifications, and troubleshooting procedures. Key points include the necessity for vendors to ensure compliance with transaction sets and timely catalog updates, which must be completed before the weekly catalog generation. Additionally, the guidelines detail invoicing procedures and emphasize that any discrepancies between receipts and invoices must be resolved before payments. This comprehensive framework is crucial for ensuring that federal procurement processes run smoothly in accordance with established regulations and facilitating vendor compliance with government contracts.
    The document outlines a Market Fresh Item Request Form intended for federal procurement purposes, specifically under request for proposals (RFPs) related to food and beverage items. It requests detailed information from vendors about specific items including their descriptions, unit measurements, case weights, processing methods, and relevant attributes such as fat content and freshness. The form also inquires about the product type (e.g., juice or drink), sweetness levels, and any additional features like dietary considerations. Vendors are encouraged to provide supplementary materials like nutrition specifications and labels to assist in the cataloging process. The document reflects the government's systematic approach to food procurement, ensuring clarity and thoroughness in evaluating potential suppliers. This RFP-related form aims to standardize item specifications to streamline the acquisition of market-fresh products, enhancing the quality and compliance of offerings made to federal entities.
    The document outlines various ordering points for military and government dining facilities, particularly focused on locations in Wright-Patterson AFB, Fort Knox, Indiana National Guard, and other bases in Kentucky and Ohio. Each entry includes specific identifiers (like service codes), facility names, addresses, and associated buildings. Key locations highlighted include the 88th Medical Group, Indiana National Guard, 179th Airlift Wing, and multiple dining facilities at Fort Knox. The data is structured in a tabular format, detailing service points that serve military personnel across different states, primarily emphasizing logistical information for supply and service management. The content is relevant within the context of federal Requests for Proposals (RFPs) and grants, serving as a reference for agencies involved in support and provisioning services for military establishments. This document aids in operational planning and coordination of resources within the federal and state framework.
    The document appears to be a draft or outline related to federal grant proposals, focusing on guidelines or criteria relevant to project submissions at various government levels. It contains fragmented sections that may address eligibility requirements, funding allocations, compliance mandates, or project descriptions. Central themes likely include the importance of adhering to federal regulations and securing appropriate funding sources for local and state projects. Additionally, the text suggests that detailed planning and structured proposals are essential for project approval, emphasizing the need for clear objectives, outcomes, and financial projections. Given that much of the content is obscured or corrupted, coherent excerpts indicate a focus on procedural necessities for applicants, showcasing the meticulous nature of governmental funding requests. Overall, the document underlines the crucial steps involved in securing grant funding while promoting effective management and execution of funded projects to meet governmental standards.
    Similar Opportunities
    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.
    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.
    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.
    SPE30026R0016 - Northern Kentucky , West Virginia, Ohio and Indiana and the Surrounding Areas
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for Subsistence Prime Vendor (SPV) support in Northern Kentucky, West Virginia, Ohio, Indiana, and surrounding areas. The procurement involves the delivery of various subsistence items from the federal supply group, requiring contractors to provide "just in time" delivery and to interface with the Government’s established transaction package. This contract, valued at approximately $106 million, will be awarded on a fixed-price basis with economic price adjustments, spanning a total of five years divided into three tiers. Interested parties can find the Request for Proposal (RFP) SPE300-26-R-0016 on the DLA BSM DIBBS website, with the solicitation expected to be posted in December 2025. For further inquiries, contact Vance S. Corey at vance.corey@dla.mil or LaShawn Taylor at lashawn.taylor@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.
    2ND QTR Bread FY26
    Justice, Department Of
    The U.S. Department of Justice, specifically the Federal Bureau of Prisons, is seeking quotes for the procurement of various bread products under Solicitation Number 15B12026Q00000002, designated as a total small business set-aside. The requirement includes a range of items such as whole wheat and white hot dog buns, hamburger buns, and sliced bread, with specific quantities outlined for each product, all of which must adhere to federal specifications and be delivered fresh within 48 hours of baking. This procurement is crucial for ensuring a consistent supply of food service items for the facility at USP McCreary in Pine Knot, Kentucky. Interested vendors must submit their quotes electronically to John Brown at j16brown@bop.gov by December 16, 2025, at 10:00 a.m. EST, with an anticipated award date of December 17, 2025.
    DLA Commercial Price List Market Research
    Dept Of Defense
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for developing commercial price list contracts to support the military branches with class IX commercial items. The DLA seeks capability packages from manufacturers, including small businesses and various disadvantaged business categories, to fill its commercial price list pipeline, which aims to reflect commercial marketplace standards through a FAR 12 long-term requirements contract. Interested firms are required to submit detailed information, including a commercial price list in an organized .xlsx format, and respond to specific questions regarding their distribution preferences and delivery capabilities. For further inquiries, interested parties can contact Tyler Bender at tyler.bender@dla.mil or Brandon McCoy at Brandon.McCoy@dla.mil.
    MODULAR OPERATIONAL RATION ENHANCEMENT (MORE)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the Modular Operational Ration Enhancement (MORE), which serves as an enhancement to the Meal-Ready-to-Eat Ration (MRE) and the First Strike Ration (FSR). This procurement focuses on two specialized types of rations: Type I for High Altitude/Cold Weather and Type II for Hot Weather, designed to provide additional calories and nutrients to Warfighters operating in extreme environments. The MORE is critical for maintaining the health and performance of military personnel in areas where nutrient depletion occurs rapidly. Interested vendors can contact Julian Coppertino at julian.coppertino@dla.mil or Tiendung Nguyen at tiendung.nguyen@dla.mil for further details, with the presolicitation notice indicating the importance of adhering to rigorous packaging and inspection standards outlined in the associated documentation.
    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.
    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.