Request for Information (RFI) Coca Cola Cans and Bottles Support for DoD Troop Customers at Robins Air Force Base in the State of Georgia

SOL #: SPE30026R0018Sources Sought

Overview

Buyer

PHILADELPHIA, PA, 19111-5096, United States

Place of Performance

GA

NAICS

Soft Drink Manufacturing (312111)

PSC

Beverages, Nonalcoholic (8960)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 16, 2025
2
Last Updated
Mar 12, 2026
3
Response Deadline
Dec 26, 2025, 8:00 PM

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 is soliciting proposals for Coca-Cola Cans and Bottles to support Department of Defense (DoD) customers in the State of Georgia, specifically at Robins AFB and 165th ANG Savannah. This is a Firm-Fixed Price Indefinite Quantity Contract (IQC). Proposals are due March 16, 2026, at 3:00 PM EST.

Scope of Work

This opportunity requires the supply of various Coca-Cola and other branded beverages in cans and bottles, including Coca-Cola, Diet Coke, Sprite, Dr. Pepper, Fanta Orange, Powerade, Root Beer, Mello Yello, Minute Maid Juices, and Dasani/Spring Water. Key requirements include:

  • Maintaining acceptable fill rates (minimum 98.0%), customer service levels, and product quality.
  • Offerors must be current commercial manufacturers and distributors of these items.
  • Products must be produced and manufactured in the United States (Berry Amendment compliant).
  • Maintaining electronic catalogs (STORES) and supporting Electronic Data Interchange (EDI) transactions (832, 850, 810).
  • Complying with DoD security requirements, including PKI certificates.
  • Adhering to specific packaging, packing, labeling, and marking standards.
  • Deliveries must be made in sanitary trucks with lift gates, FOB Destination, meeting freshness and temperature control standards.
  • Developing and maintaining a quality program, including warehousing, sanitation, food safety, and food defense standards.
  • Submitting to independent third-party warehouse audits annually.

Contract Details

  • Contract Type: Firm-Fixed Price Indefinite Quantity Contract (IQC) / Simplified Indefinite-Delivery Contract (SIDC).
  • Period of Performance: Five (5) years, from March 29, 2026, to March 31, 2031, divided into two 30-month pricing tiers.
  • Estimated Value: Total 5-year estimate of $250,000.00, with a contract maximum of $625,000.00 and a guaranteed minimum of $12,500.00.
  • Set-Aside: This acquisition is conducted on an Other than Full and Open Competition basis, justified by the proprietary nature and sole-source availability from Coca-Cola Bottling Company. The NAICS code is 312111 with a size standard of 1,400 employees.

Submission & Evaluation

  • Source Selection Process: Lowest Price Technically Acceptable (LPTA).
  • Offer Due Date: March 16, 2026, at 3:00 PM Eastern Standard Time.
  • Submission Methods: Offers can be submitted via DIBBS electronic upload or email to the specified points of contact. Facsimile offers are not authorized.
  • Proposal Requirements: Submissions must include a signed solicitation, all attachments (especially the Schedule of Items with proposed prices), a third-party warehouse audit, and a wholesale price list. Offerors must bid on all items listed in Attachment 1.
  • Evaluation Criteria: Proposals will be evaluated based on Technical Acceptability and Pricing. The Government intends to award a contract without discussions, so initial offers should contain the best terms.

Key Attachments & Notes

  • Attachment 1 (Schedule of Items): Details 18 specific beverage items, quantities, and requires pricing for two 30-month tiers. Bidders must complete specific fields and bid on all items.
  • Attachment 2 (Delivery Schedule): Outlines delivery locations and service requirements across various Air Force and Coast Guard facilities in Georgia.
  • Attachment 4 (STORES EDI manual): Provides critical guidelines for implementing Electronic Data Interchange (EDI) with DLA's STORES system, covering transaction sets like 832, 850, and 810.
  • General Notes: Offerors must be registered in SAM.gov and capable of accepting delivery orders and processing EDI.

People

Points of Contact

Ronald BoothSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Mar 12, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
View
Version 2
Pre-Solicitation
Posted: Feb 19, 2026
View
Version 1Viewing
Sources Sought
Posted: Dec 16, 2025