Request for Proposals for Coca-Cola Cans and Bottles support for DLA Troop Support’s DoD customers located in the State of Georgia

SOL #: SPE30026R0018Combined Synopsis/SolicitationSole Source

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA TROOP SUPPORT
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
Submission Deadline
Mar 12, 2026, 7:00 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 Georgia. This is a Combined Synopsis/Solicitation (SPE300-26-R-0018) issued as Other than Full and Open Competition. The resulting contract will be a firm-fixed price Indefinite Quantity Contract (IQC) with a 5-year period of performance, divided into two pricing tiers. The estimated maximum value is $625,000. Proposals are due March 12, 2026, at 3:00 PM EST.

Scope of Work

The contractor will supply a variety of Coca-Cola canned and bottled items, including popular brands like Coca-Cola, Diet Coke, Sprite, Powerade, Minute Maid juices, and Dasani water. Deliveries are required for DoD customers in Georgia, specifically at Robins Air Force Base and the 165th Air National Guard in Savannah. Key performance requirements include maintaining a minimum 98.0% fill rate, ensuring high customer service, and upholding product quality. All products must be manufactured in the U.S. (Berry Amendment compliant), and deliveries must be made in sanitary trucks with lift gates, FOB Destination. The contractor must also implement a robust quality program, including warehousing, sanitation, and annual third-party audits, while adhering to food safety and defense standards.

Contract Details

  • Contract Type: Firm-Fixed Price Indefinite Quantity Contract (IQC) / Simplified Indefinite-Delivery Contract (SIDC).
  • Period of Performance: 60 months, from March 29, 2026, to March 31, 2031. This includes two 30-month pricing tiers.
  • Estimated Value: Guaranteed Minimum: $12,500; 5-Year Estimate: $250,000; Contract Maximum: $625,000.
  • Set-Aside: Other than Full and Open Competition. This is justified due to the proprietary nature of the products and the sole-source availability from Coca-Cola Bottling Company, as indicated by market research.
  • NAICS Code: 312111 (Beverages, Nonalcoholic) with a size standard of 1,400 employees.

Key Requirements for Bidders

Offerors must be current commercial manufacturers and distributors of Coca-Cola Canned and Bottled items. Mandatory registration in SAM.gov and DIBBS is required. Bidders must possess a computer system capable of accepting delivery orders and processing Electronic Data Interchange (EDI) transactions (e.g., 832, 850, 810) with DLA's Subsistence Total Ordering and Receipt Electronic System (STORES), including mandatory testing. Compliance with DoD security requirements, such as PKI certificates, is also necessary. Proposals must include completed Attachment 1 (Schedule of Items), with pricing for all 18 specified items across both pricing tiers. Bidders should also review Attachment 2 (Delivery Schedule) for logistical planning and submit a third-party warehouse audit and wholesale price list.

Submission & Evaluation

  • Offer Due Date: March 12, 2026, 3:00 PM Eastern Standard Time.
  • Submission Method: Electronic upload via DIBBS or email to the specified points of contact. Facsimile offers are not authorized.
  • Evaluation: Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. The Government intends to award without discussions, so initial offers should represent the offeror's best terms from both a price and technical standpoint.
  • Questions: All questions regarding this notice should be sent via email to Ronald Booth (ronald.booth@dla.mil) and Amy Paradis (amy.paradis@dla.mil).

People

Points of Contact

Ronald BoothSECONDARY

Files

Files

Download
Download
Download

Versions

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