Fresh Fruits & Vegetables (FF&V) Support for DoD & Non-DoD Customers – Kwajalein Atoll
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.
Quetions and Answers #1 Posted December 12, 2025.
Please see attachement below with the questions and answers.
-------------------------------------------------------------------------------------------------------------------------------------
DLA TROOP SUPPORT INDO-PACIFIC intends to issue a solicitation and ultimately award an Indefinite-Delivery Indefinite-Quantity (IDIQ) Contract to a commercial firm to supply Fresh Fruits and Vegetables (FF&V) to Department of Defense (DoD) and select Non-DoD customers located on the Kwajalein Atoll. The contract will require delivered price for all items and distribution price for all tiers.
Offerors must currently be a commercial distributor of fresh fruits and vegetable (FF&V) products and capable of performing direct delivery to military installations and other federal customers on Kwajalein and its AOR in accordance with the Statement of Work (SOW) and applicable USDA and PACA standards. The contractor will be responsible for maintaining quality assurance, traceability, timeliness, and compliance with food safety requirements throughout the distribution process.
This acquisition will be conducted under FAR Parts 12 and 15, and the Government intends to utilize a lowest price technically acceptable (LPTA) source selection process (FAR 15.101-2). Non-price evaluation factors will include Technical Capability, Distribution and Delivery Plan, Quality Assurance and Food Safety Procedures, Catalog Readiness, and Past Performance, in addition to Price (combined Delivered Price and Distribution Fee). The Government intends to make a single award resulting from this solicitation.
Offerors will be required to submit pricing using the solicitation’s Schedule of Items (Attachment 1). Failure to propose on all required line items may render a proposal technically unacceptable and ineligible for award. As the Government does not intend to conduct negotiations, offerors are strongly encouraged to submit their most competitive and complete proposal in response to the initial solicitation.
Submissions: Please see all attachments. If interested, we strongly encourage submitting all completed documents required. We appreciate and thank you in advance for your offer. Your responses regarding this solicitation are requested back by 08:00PM HST on Sunday, January 4, 2026. Please respond via email to the following address:
- Bradley Ah Nee, bradley.ahnee@dla.mil
- Kirk Moser, kirk.moser@dla.mil
Required Documents for Offer:
- Signed SF1449 Cover Page – Page 1 of the solicitation must be reviewed and signed by an authorized representative.
- Reviewed and Signed Statement of Work (SOW) – Only the signature page of the SOW is required.
- Completed Schedule of Items – Offerors must fill out all pricing option periods (Base and all Option Periods) in the Schedule of Items. Partial submissions will not be accepted.
- Valid PACA License(s) – Submit a copy of the current PACA license for the offeror and all major distribution partners.
- Good Agricultural Practices (GAP) or USDA-AMS Good Handling Practices (GHP) Certification or independent third-party certifying company audit report – Submit at least one valid USDA Approved certification for the offeror and all major distribution partners.
- Attachment 9 – Contractor Overview Report – Must be completed in full and signed by an authorized representative.
- Detailed Delivery Plan – Provide a comprehensive plan outlining the proposed delivery methods, schedules, and logistics.