SOURCES SOUGHT
89 -- Fresh Fruits & Vegetables (FF&V) Support for DoD & Non-DoD Customers � Kwajalein Atoll
- Notice Date
- 7/18/2025 11:33:37 AM
- Notice Type
- Sources Sought
- NAICS
- 311999
— All Other Miscellaneous Food Manufacturing
- Contracting Office
- DLA TROOP SUPPORT INDO-PACIFIC JBPHH HI 96860-3520 USA
- ZIP Code
- 96860-3520
- Solicitation Number
- SPE302-25-SS-0006
- Response Due
- 8/11/2025 11:00:00 AM
- Archive Date
- 08/26/2025
- Point of Contact
- Bradley Ah Nee, Phone: 18087665818, Allison Higashi
- E-Mail Address
-
bradley.ahnee@dla.mil, allison.higashi@dla.mil
(bradley.ahnee@dla.mil, allison.higashi@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1. Introduction This Request for Information (RFI) is issued by the Defense Logistics Agency (DLA) Troop Support Indo-Pacific in accordance with FAR Part 10 � Market Research. The Government is conducting market research to identify responsible and capable sources interested in supplying a full-line of United States Department of Agriculture (USDA) Grade No. 1 or better Fresh Fruits and Vegetables (FF&V) to Department of Defense (DoD) & Non-DoD Customers located on Kwajalein Atoll in the Republic of the Marshall Islands. This RFI is for informational and planning purposes only and shall not be construed as a formal solicitation or a guarantee of future procurement. 2. Background The Government anticipates a potential requirement for a long-term Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract awarded under FAR Part 12 � Acquisition of Commercial Products and Services and FAR Part 15 � Contracting by Negotiation. This acquisition will support the uninterrupted supply of perishable FF&V products to a remote Pacific island installation with limited commercial infrastructure. The successful contractor may be required to: Source, purchase, stage, and deliver a wide range of FF&V products. Ensure all products meet USDA Grade No. 1 or better standards. Maintain strict quality control and product freshness during transit and delivery to Kwajalein. Respond to emergency or surge demands, including mission-critical deliveries. Possess or partner with reliable cold-chain logistics and freight networks able to serve remote island environments. Note: Vendors must currently operate as functioning commercial distributors. It is not acceptable for an offeror to operate solely as a third-party logistics (3PL) firm, i.e., one that subcontracts out warehousing, procurement, and delivery functions. Offerors affirm their role as direct distributors upon submission of capability statements. 3. Purpose of This RFI The Government seeks responses to: Gauge market interest and availability of vendors capable of servicing remote DoD locations. Understand industry capacity and readiness to support fresh product delivery to Kwajalein. Gather feedback on the feasibility of the delivery model, timelines, and logistical approach. Inform acquisition planning, potential competition levels, and any small business set-aside considerations. This requirement will be procured as a commercial acquisition under FAR Part 12, utilizing a Lowest Price Technically Acceptable Method. 4. Important Notices No contract or agreement will result directly from this RFI. Responding to this notice is voluntary and will not preclude participation in any future solicitation. The Government will not reimburse costs associated with the preparation of responses. Proprietary or confidential information should be clearly identified; the Government will safeguard such information in accordance with applicable regulations. Interested parties should monitor SAM.gov for any future updates or solicitation postings. 5. Attachments Please review the following draft attachments (if provided) for context: Attachment 1 � Draft Schedule of Items Attachment 2 � Sample Customer List 6. Submission Instructions Interested parties are invited to respond by providing the following: A brief capability statement describing your experience performing similar FF&V contracts, distribution infrastructure, USDA grading compliance, and past performance supporting large-scale troop feeding or government customers. Any relevant comments, concerns, or questions about the draft requirement or potential acquisition strategy. ? Submit all responses via email to: bradley.ahnee@dla.mil & allison.higashi@dla.mil ? Deadline for responses: 18 August 2025 by 0800 (Hawaii Standard Time) 7. FAR References This RFI aligns with: FAR 10.001 � Market Research Policy FAR 10.002 � Procedures for Market Research FAR 12.101�12.104 � Commercial Acquisition Policy and Procedures
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ac95bb57ed564d458ce4263c932eb4aa/view)
- Place of Performance
- Address: UM, USA
- Country: USA
- Country: USA
- Record
- SN07516377-F 20250720/250718230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |