SOURCES SOUGHT
89 -- Fresh Fruits & Vegetables (FF&V) Support for DoD & Non-DoD Troop Customers � Island of Oahu, Hawaii
- Notice Date
- 7/18/2025 11:25:39 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-0005
- Response Due
- 8/18/2025 11:00:00 AM
- Archive Date
- 09/02/2025
- 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 providing 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) and Non-DoD Troop Customers located on the island of Oahu, Hawaii. This announcement is for informational and planning purposes only and does not constitute a formal solicitation or guarantee of future procurement activity. 2. Background The Government anticipates a potential requirement for a long-term Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, or similar vehicle, awarded under FAR Part 12 � Acquisition of Commercial Products and Services and FAR Part 15 � Contracting by Negotiation. The objective is to ensure reliable, high-quality delivery of perishable subsistence products in support of troop feeding operations. The successful contractor may be expected to: Source, purchase, store, and deliver a wide range of FF&V items. Ensure quality control, freshness, and compliance with USDA grade requirements. Maintain adequate inventory and respond to surge or emergency orders. Provide accurate and timely deliveries to multiple customer sites on Oahu. Operate with appropriate licenses, certifications, and food safety controls. 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: Assess the availability of qualified vendors to fulfill the requirement. Understand current industry capabilities, supply chain models, and infrastructure. Collect input on the feasibility of the proposed approach and delivery schedule. Inform the acquisition planning process and support a potential solicitation strategy, including small business set-aside determination. 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/bec4557aa9b24135a9f8a59db8cdb591/view)
- Place of Performance
- Address: Honolulu, HI, USA
- Country: USA
- Country: USA
- Record
- SN07516378-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 |