Fresh Bread and Bakery Products
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Troop Support Indo-Pacific intends to award an Indefinite-Delivery Indefinite-Quantity (IDIQ) Contract for Fresh Bread and Bakery Products to support Department of Defense (DoD) and select Non-DoD customers in the Alaska Area of Responsibility (AOR). This opportunity seeks a commercial firm capable of direct delivery and adherence to stringent quality and food safety standards. Proposals are due by March 20, 2026, 8:00 PM HST.
Scope of Work
The awarded contractor will be responsible for sourcing, purchasing, storing, and delivering a diverse range of fresh bread and bakery items. Key performance requirements include maintaining a 98% fill rate without substitutions, upholding product quality, and providing high levels of customer service. The contractor must also ensure traceability, timeliness, and compliance with food safety regulations throughout the distribution process. This includes adherence to Quality Systems Management Visits (QSMVs) and audits, with a minimum acceptable performance standard of 85%. A comprehensive Food Defense Plan is required prior to contract performance.
Contract Details
- Contract Type: Indefinite-Delivery Indefinite-Quantity (IDIQ)
- Duration: 60 months (12-month base period + four 12-month option periods), with a performance period from April 12, 2026, to April 11, 2031.
- Set-Aside: None specified.
- Place of Performance: Alaska.
- Source Selection: Lowest Price Technically Acceptable (LPTA). The Government intends to make a single award.
Evaluation Factors
Proposals will be evaluated based on non-price factors including Technical Capability, Distribution and Delivery Plan, Quality Assurance and Food Safety Procedures, Catalog Readiness, and Past Performance, in addition to Price. Offerors are strongly encouraged to submit their most competitive and complete proposal as the Government does not intend to conduct negotiations.
Submission Requirements & Deadlines
- Response Due: March 20, 2026, 8:00 PM Hawaii Standard Time.
- Submission Method: Email proposals to MaRamona.David@dla.mil and Allison.Higashi@dla.mil. Email attachments must not exceed 5MB, with a total email size limit of 10MB.
- Required Documents:
- Signed SF1449 Cover Page.
- Completed Schedule of Items (Attachment 1), including pricing for all listed items. Failure to propose on all required line items may render a proposal technically unacceptable.
- Completed and signed Contractor Overview Report (Attachment 9).
- Technical Requirements: Offerors must be registered in SAM.gov and possess a computer system capable of accepting delivery orders and processing Electronic Data Interchange (EDI) transactions (e.g., 810, 820, 832, 850, 861, 997) with the STORES system. Security requirements for base access (e.g., RapidGate or DBIDS) must also be met.