Solicitation for Pepsi Cans and Bottles support for DoD Troop Customers in the States of Wyoming (WY)
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 Solicitation for a Simplified Indefinite-Delivery Contract (SIDC) to provide Pepsi Cans and Bottles to DoD Troop Customers in Wyoming. This contract aims to ensure a consistent supply of nonalcoholic beverages to military personnel. Offers are due by February 6, 2026, at 8:00 PM Eastern Standard Time.
Scope of Work
The awarded contractor will be responsible for supplying Pepsi Cans and Bottles products to various DoD customers in Wyoming, including locations like ANG Cheyenne and F.E. Warren AFB. Key requirements include maintaining product freshness, ensuring a minimum 98.0% fill rate, and possessing the capability for same-day emergency deliveries, which emphasizes the importance of the offeror's proximity to delivery locations. All products must comply with the Berry Amendment, be from a sanitarily approved source, and be delivered in sanitary trucks equipped with a lift gate.
Contract Details
- Contract Type: Simplified Indefinite-Delivery Contract (SIDC)
- Period of Performance: April 19, 2026, to April 19, 2031 (5 years)
- Estimated Value: $350,000.00
- Set-Aside: Other than Full and Open Competition
- NAICS Code: 312111 (Beverages, Nonalcoholic)
- Size Standard: 1400 employees
- Minimum Order: $25.00
Submission & Evaluation
Proposals must be submitted via DIBBS electronic upload or email; facsimile offers are not authorized. Offerors must propose on all items listed in the Schedule of Items (Attachment 1) to avoid technical unacceptability. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) source selection process, assessing technical acceptability (no exceptions to terms, full compliance) and price. Offerors are encouraged to submit their most competitive proposals as negotiations may not be initiated.
Key Requirements for Bidders
- Electronic Capabilities: Must have Electronic Commerce/Electronic Data Interchange (EC/EDI) capabilities and be prepared to use the STORES system for catalog, purchase order, and invoicing (EDI 832, 850, 810 transaction sets).
- Registration: Must be registered in the System for Award Management (SAM) database.
- Logistics: Capability to deliver to specified customer locations in Wyoming, potentially requiring DBIDS or similar security for base access.
- Attachments: Review Attachment 1 (Schedule of Items) for pricing, Attachment 3 (Delivery Schedule) for locations, and Attachments 4 & 5 (STORES EDI Manual & Guide) for electronic system requirements.
Deadlines & Contacts
- Offer Due Date: February 6, 2026, 8:00 PM Eastern Standard Time
- Primary Contact: Peter Siner, Contract Specialist (peter.siner@dla.mil)
- Secondary Contact: Colin Kendra, Contracting Officer (colin.kendra@dla.mil)