PEPSI SUPPORT TO TROOP CUSTOMERS IN SOUTH DAKOTA
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 has issued a Solicitation for a Simplified Indefinite-Delivery Contract (SIDC) to provide Pepsi Canned and Bottled products to Department of War (DoW) customers in South Dakota. This procurement is being conducted as Other than Full and Open Competition. Proposals are due by March 27, 2026, at 3:00 PM local time.
Scope of Work
The awarded contractor will be responsible for the manufacture, bottling, and delivery of a variety of Pepsi Canned and Bottled items. Key requirements include maintaining acceptable fill rates, customer service levels, and product quality. Offerors must be commercial manufacturers and distributors of Pepsi products, possessing the necessary physical, logistical, and financial resources; third-party logistics (3PL) companies are not acceptable. Compliance with the Berry Amendment (requiring US-produced and manufactured food items) is mandatory. The contractor must also maintain electronic catalogs within the Subsistence Total Order and Receipt Electronic System (STORES) and support Electronic Data Interchange (EDI) transactions, requiring a Department of Defense (DoD) PKI Certificate.
Contract Details
- Contract Type: Simplified Indefinite-Delivery Contract (SIDC), firm-fixed-price.
- Period of Performance: 24 months, from May 30, 2026, through May 29, 2028, divided into two 12-month pricing tiers.
- Estimated Value: The 24-month estimated aggregate value is $164,807.30, with a guaranteed minimum of $8,240.37 and a contract maximum of $350,000.00.
- Set-Aside: Other than Full and Open Competition.
- NAICS Code: 312111 (Beverages, Nonalcoholic Manufacturing) with a size standard of 1400.
- Place of Performance: Primarily Rapid City, SD, including Ellsworth AFB, SD.
Submission & Evaluation
- Offer Due Date: March 27, 2026, at 3:00 PM local time.
- Submission Method: Offers must be submitted via DIBBS electronic upload or email. Facsimile offers are not authorized.
- Evaluation Method: Lowest Price Technically Acceptable (LPTA) Source Selection Process, considering Technical Acceptability and Pricing.
- Proposal Requirements: Offerors must include pricing for all items listed in the Schedule of Items (Attachment 1) for all tiers, with prices rounded to two decimal places. A dedicated pricing sheet (SPE30026RX008.LTC_PID0002.XLSX) is provided for this purpose, listing 22 specific beverage and water products with estimated quantities.
Key Attachments & Systems
- STORES Reconciliation Tool User Guide (SPE30026RX008.LTC_PID0003.PDF): Provides detailed instructions for vendors on using the STORES Web system for managing invoices, receipts, and record reconciliation.
- EDI Implementation Guidelines (SPE30026RX008.LTC_PID0004.PDF): Outlines requirements for electronic data interchange, including transaction sets (832, 850, 810) and testing procedures, crucial for integration with DLA's systems.
- Customer Facility Information (SPE30026RX008.LTC_PID0001.XLSX): Details specific ordering points and shipping information for facilities like RAIDERS CAFÉ at Ellsworth AFB, SD.
- Request for New Produce Items Form (SPE30026RX008.LTC_PID0005.PDF): An attachment for proposing new produce items, requiring detailed product and cost information.
Contact Information
- Primary Contact: Jessica Jones (jessica.jones@dla.mil, 4457378451)
- Secondary Contact: Paul Le (Paul.Le@dla.mil, 4457370931)