Pre-Solicitation Notice for Fresh Milk & Dairy Products for military customers located in the Virginia, Maryland, Delaware, and D.C. Zone (Andrews AFB, Dover AFB, Fort Meade, Fort Myer and VA, MD, DC Hospitals)
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 Pre-Solicitation Notice (SPE300-26-R-0024) for Fresh Milk & Dairy Products to support military customers across the Virginia, Maryland, Delaware, and D.C. Zones. This includes Andrews AFB, Dover AFB, Fort Meade, Fort Myer, and VA, MD, DC Hospitals. The contract is anticipated to run from June 14, 2026, to June 14, 2031. All responsible sources are invited to submit proposals.
Scope of Work
This opportunity seeks to place Market Ready Fresh Milk and Dairy items on contract, divided into three competitive groups:
- Group 1: Andrews AFB, MD / Dover AFB, DE
- Group 2: Fort Meade, MD, Fort Myer, VA
- Group 3: VA, MD, DC Hospitals
The "R0024 Schedule of Items.xlsx" details specific dairy products (various milks, cottage cheese, yogurt, eggnog, sour cream) and their estimated usage over 60 months. The "R0024 Customer List.xlsx" provides delivery locations, customer names, addresses, and specific delivery instructions for various government entities (Air Force, Army, Navy, Coast Guard).
Contract & Timeline
- Contract Type: Firm-Fixed Price Indefinite Quantity Contract (IQC) with Economic Price Adjustment (EPA) for Class I fluid milk items. All other items will be firm-fixed price with one 24-month and two 18-month pricing tiers.
- Contract Period: June 14, 2026, to June 14, 2031 (60 months).
- Estimated Maximum Value: $2,760,699.15 (per market research).
- Set-Aside: None specified.
- Pre-Solicitation Published: March 12, 2026.
- Response Date: March 23, 2026, at 7:00 PM EST.
Key Requirements for Awardees
Potential awardees must:
- Have internet access and comply with inspection/audit findings.
- Submit documentation of an agreement for production and distribution if the Place of Performance is not under direct control.
- Interface with the Subsistence Total Order & Receipt Electronic System (STORES) and support specific EDI transactions (810, 820, 832, 850, 861, 997).
- Format unit prices to two decimal places and use Government item descriptions on catalogs and invoices.
- Provide alternate ordering methods if STORES is not operational.
Submission & Contact
Copies of the solicitation will be available on the DLA BSM internet Bid Board Systems (DIBBS) at https://www.dibbs.bsm.dla.mil. Prospective offerors must register on DIBBS to review and download the solicitation. Alternatively, copies can be requested via email from Marcus Berenato (marcus.berenato@dla.mil) and Deana Gayda (deana.gayda@dla.mil).