Pre Solicitation Synopsis for SPE300-26-R-0008 Kansas, Nebraska, Iowa, Northern Missouri and Surrounding Region
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.
The Defense Logistics Agency (DLA) Troop Support Subsistence Directorate intends to solicit for Prime Vendor support for the customers in Kansas, Nebraska, Iowa, Northern Missouri, and surrounding region which includes customers such as Fort Riley, Fort Leavenworth, Whiteman AFB, McConnell AFB, Camp Dodge, Camp Ashland, 114th Air Guard and others.
Requirements include various quantities of Subsistence items from the 8900 Federal Catalog or their commercial equivalents. The total estimated dollar value of this procurement is $57,798,224.00. The Period of Performance is for a term of 60 months, with two (2) separate pricing tiers. The first tier shall be for a thirty-six (36) month period (inclusive of up to a 120 day implementation period). The second tier will be a 24-month period immediately following the first tier. The resultant award will be a Fixed-Price contract subject to Economic Price Adjustment (EPA).
The acquisition will be Full and Open Competition “unrestricted”. Customers will be provided delivery on a "just in time" bases. All responsible sources may submit a proposal which will be considered by this agency. The proposals received in response to this solicitation will be evaluated using Low Price Technically Acceptable procedures and a contract will be awarded to a Prime Vendor based on that criteria. Offerors MUST be able to interface with the Government’s established transaction package and support Electronic Data Interchange (EDI) transaction sets listed in the solicitation. Alternate items will be considered/evaluated.
The Request for Proposal (RFP) will be posted on the DLABSM DIBBS website, https://www.dibbs.bsm.dla.mil/ as RFP # SPE300-26-R-0008. This solicitation is scheduled to be posted in late January 2026.