Northern Kentucky , West Virigina, Ohio and Indiana and the Surrounding Areas
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.
SPE300-26-R-0016
REPLACES
Pre-Solicitation Synopsis Language for SPE300-25-R-0015
Northern Kentucky , West Virigina, Ohio and Indiana and the Surrounding Areas
The Defense Logistics Agency (DLA) Troop Support Subsistence Directorate intends to issue a solicitation for Subsistence Prime Vendor (SPV) support for Northern Kentucky, West Virigina, Ohio and Indiana and Surrounding Areas.
Requirements for SPV support will include the delivery of various quantities of subsistence items from the 8900 federal supply group or commercial equivalents. The contractor will be required to make delivery on a "just in time" basis. The delivery of items will be expected to begin no later than 120 days after the date of award. Offerors MUST be able to interface with the Government’s established transaction package and support Electronic Data Interchange transaction sets listed in the solicitation.
The resultant contract will be Fixed-Price subject to Economic Price Adjustments (EPA). The maximum dollar value of the entire acquisition is approximately $106,000,000.00.
The Government’s intent is to award one (1) Long Term Contract. The effective period of the contract will be from the award date up to 60 months, consisting of a period of five (5) years comprised of three (3) separate tiers for purposes of distribution price. The first tier shall be a twenty-four (24) month period (inclusive of up to a 120-day implementation period). The second tier will be an eighteen (18) month period directly following the first tier. The third and final tier will be an additional eighteen (18) month period following the second tier. Both perishable and semi-perishable products that to be provided by a “Full-Line” food distributor.
The acquisition will use full and open competitive procedures and will be issued on an unrestricted basis. The proposals received in response to this solicitation will be evaluated utilizing Lowest Price Technically Acceptable procurement procedures and a contract will be awarded based on those criteria. Alternate items will be considered/evaluated.
The Request for Proposal (RFP) will be posted on the DLA BSM DIBBS website, https://www.dibbs.bsm.dla.mil/ as RFP # SPE300-26-R-0016. This solicitation is scheduled to be posted in December 2025.