Request for Information (RFI) for Fresh Bread & Bakery Product support for Department of War (DoW) Troop Customers in the State of Washington.
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 DLA Troop Support is conducting a Request for Information (RFI) for Fresh Bread & Bakery Product support for Department of War (DoW) Troop customers in the State of Washington. This market research aims to gather industry feedback and capabilities to inform a future Indefinite Quantity Contract (IQC). Responses are due May 26, 2026, by 6:00 PM EST.
Purpose
This RFI is solely for market research purposes; it is not a solicitation and does not guarantee future business. The Government will not pay for information received. The goal is to assist the Agency in crafting an appropriate solicitation for fresh bread and bakery items for military customers in Washington State.
Scope of Work
The Agency intends to issue an IQC(s) to supply fresh bread and bakery products. Products must meet specific freshness requirements, including mold inhibitors and appropriate temperature control. The requirement covers DoW Troop customers across three main groups:
- Group 1A: DoW Troop Customers at Ft. Lewis (Land Deliveries)
- Group 1B: DoW Troop Customers on Washington State Zone (Various Navy Ships)
- Group 1C: DoW Troop Customers in Washington State (Cargo Ships Push catalog)
Historical usage data for various bakery items (rolls, breads, bagels, muffins, doughnuts) is available, along with a customer list detailing specific ordering points and delivery locations (e.g., USCGC ALEX HALEY, NAS WHIDBEY ISLAND).
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Anticipated Contract Type (future): Indefinite Quantity Contract(s) (IQC)
- Anticipated Ordering Period Start: September 2026
- Estimated Contract Value (future):
- 3-Year: ~$416,519.73 (max ~$1,041,299.25)
- 5-Year: ~$694,199.50 (max ~$1,735,498.75)
- Set-Aside: None specified (market research stage)
- Response Due: May 26, 2026, 6:00 PM EST
- Published: May 11, 2026
Information Requested
Interested vendors should respond to the attached questionnaire, providing feedback on:
- Interest in 3 or 5-year contracts and servicing specific customer groups.
- Minimum dollar delivery requirements and manufacturing capabilities.
- Past Federal Government experience, SAM.gov/PACA/DIBBS registration, and business size.
- Feasibility of zone layout, subcontracting plans, corporate responsibility, and barriers to doing business with DLA Troop Support.
Submission Details
Responses and feedback should be emailed to Jonathan Magerman (jonathan.magerman@dla.mil) and Amanda Quaile (Amanda.Quaile@dla.mil).