SOLICITATION NOTICE
99 -- SPE300-26-R-0001 Subsistence Prime Vendor (SPV) Southwest Asia and Eastern Africa (SWAEA)
- Notice Date
- 12/12/2025 11:28:52 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 311999
— All Other Miscellaneous Food Manufacturing
- Contracting Office
- DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
- ZIP Code
- 19111-5096
- Solicitation Number
- SPE300
- Response Due
- 1/26/2026 12:00:00 PM
- Archive Date
- 12/31/2026
- Point of Contact
- Tina Frederico, Phone: 2157374545, Lisa Smith, Phone: 2157372732
- E-Mail Address
-
tina.frederico@dla.mil, Lisa.a.smith@dla.mil
(tina.frederico@dla.mil, Lisa.a.smith@dla.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This solicitation seeks offers for Subsistence Prime Vendor support to military and other federally funded customers located throughout Southwest Asia and Eastern Africa. As an offeror, each firm must be aware of the overall fluidity of the political, economic, security, and military climate of the regions and incorporate that into its proposal accordingly. Offerors are also advised to consult with the U.S. Department of State and other appropriate resources for the latest information on the political and security conditions for the countries supported by this solicitation. The Defense Logistics Agency-Troop Support (�DLA-Troop Support�) intends to enter into a Fixed Price Indefinite Delivery Indefinite Quantity (�IDIQ�) Contract, with Economic Price Adjustment (�EPA�) with a full line food distributor who will act as a Prime Vendor responsible for the supply and delivery of semi-perishable and perishable food items as well as non-food items such as Food Service Operating Supply (�FSOS�), and Ship Store items (�1Q aka QCOG�). The Prime Vendor must be capable of supplying all chilled products, semi-perishable food products, frozen fish, meat and poultry, other frozen foods (i.e. fruits, vegetables, prepared foods, etc.), dairy and ice cream products, fresh and frozen bakery products, beverage base and juices (for dispensers), beverages and juices (non-dispenser), fresh fruits and vegetables, non-food items, and Government Furnished Material (�GFM�), including but not limited to Unitized Group Rations (�UGRs�), Meals Ready to Eat (�MREs�), Health and Comfort packs (�HCPs�), and other operational rations items either currently in existence or to be introduced during the term of this contract. The Prime Vendor will be required to support all authorized DLA customers located within two Zones. This includes all port locations throughout Zones 1 and 2. Prime Vendor may be required to deliver to any port located within each Zone. As previously stated, these customers include military or other federally funded customers. Though the solicitation describes existing customers known to the Contracting Officer at the time of the solicitation�s issuance, other customers, including military, Department of Defense (DoD), or non-DoD, may be added as necessary during the life of any resultant contract. The Government intends to make one award. The contract shall be for a term of 60 months, with three separate pricing tiers. The first tier shall be for a 24-month period (inclusive of an up to 180-day ramp-up period). The second tier shall be an 18-month performance period immediately following the first tier. The third and final tier will be an additional 18-month performance period directly following the second tier. The prices for all aspects of performance detailed in the Statement of Work (�SOW�) below must be included in the offeror�s fixed Distribution Price(s). Offerors are reminded that fixed-price type contracts place the maximum risk and responsibility for all costs and resulting profit or loss on the Prime Vendor. Although different Distribution Price(s) may be offered for each tiered period. Distribution Price(s) will remain fixed for each pricing tier. An offeror�s failure to consider the full cost of performance and/or the risks of performing in this region will not serve as a basis to adjust Distribution Prices(s).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/556f0879e79a4fd38b6fe21856658dc5/view)
- Place of Performance
- Address: BHR
- Country: BHR
- Country: BHR
- Record
- SN07665120-F 20251214/251212230036 (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 |