Solicitation/Request for Proposal (RFP) for Subsistence Prime Vendor (SPV) Support for Republic of Korea

SOL #: SPE30025R0061Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA TROOP SUPPORT
PHILADELPHIA, PA, 19111-5096, United States

Place of Performance

Place of performance not available

NAICS

All Other Miscellaneous Food Manufacturing (311999)

PSC

Miscellaneous Items (9999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Oct 21, 2025
2
Last Updated
Dec 23, 2025
3
Submission Deadline
Dec 17, 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.

The Defense Logistics Agency-Troop Support (DLA-Troop Support) has issued a solicitation seeking offers for Subsistence Prime Vendor support to military and other federally funded customers located throughout the Republic of Korea.  This solicitation is being issued as a 100% Small Business Set-Aside.  The Request for Proposal (RFP) #SPE300-25-R-0061, along with the six (6) attchments, is posted on the DLA Internet Bid Boards System (DIBBS).  All offers are required to be uploaded to the DLA Internet Bid Boards System (DIBBS).  Please visit the DIBBS website to view the RFP in its entirety and to submit your proposal: https://www.dibbs.bsm.dla.mil.

The Defense Logisitics Agency-Troop Support (DLA -Troop Support) intends to enter into a Fixed Price Indefinite Delivery Indefinite Quantity Contract (IDIQ) contract, with Economic Price Adjustment (EPA), with a full line food distributor who will act as a Prime Vendor responsible for the supply and delivery of semi-perishable and perishable food items as well as non-food Food Service Operating Supply (FSOS) items. The Prime Vendor must be capable of supplying all chilled products, semi perishable food products, frozen fish, frozen meat, frozen poultry, frozen bakery products, and other frozen foods (fruits, vegetables, prepared foods, etc.), dairy and ice cream products, fresh fruits, fresh vegetables, fresh bakery products, beverage base & juices (for dispensers), beverages & juices (non- dispenser), non-food items and Government Furnished Material (GFM) such as Unitized Group Rations (UGR’s), Meals Ready to Eat (MRE’s) Health and Comfort packs (HCP’s) and other operational rations items either currently in existence or to be introduced during the term of this contract.  The Prime Vendor will be required to support all authorized DLA customers, located in Korea (i.e. military shore and/or ship facilities, mobile kitchen tents (“MKTs”), ration break points, trailer-transfer points, and military training exercise locations, etc.). As previously stated, these customers include military or other federally funded customers. Though the solicitation describes existing customers known to the Contracting Officer at the time of the solicitation’s issuance, other customers, including military, Department of Defense (DoD), or non-DoD, may be added as necessary during the life of any resultant contract. The addition of said customers located within the solicitation’s specified region will be at no additional cost to the Government.

The Government intends to make one award. The contract shall be for a term of 60 months, with three separate pricing tiers. The first tier will be for a 24-month period (inclusive of an up to six-month ramp up period followed by, at least, an 18-month performance period depending on the length of ramp up). The second tier shall be an 18-month performance period immediately following the first tier. The third tier and final tier shall be for an 18-month period immediately following the second tier.

The estimated dollar value of this solicitation is $217,500,000.00 inclusive of all tiered pricing periods. The maximum dollar value will be $435,000,000.00 inclusive of all tiered pricing periods and surge requirements. The guaranteed minimum for the entire contract will be ten percent (10%) of the estimated dollar value, which equates to $21,750,000.00.

The Government will use Best-Value Continuum Procedures, specifically the Subjective Tradeoff Source Selection Process.

People

Points of Contact

Gwen GarciaPRIMARY
Donovan MahoneySECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Solicitation
Posted: Dec 23, 2025
View
Version 5
Solicitation
Posted: Dec 16, 2025
View
Version 4Viewing
Solicitation
Posted: Dec 4, 2025
Version 3
Solicitation
Posted: Nov 20, 2025
View
Version 2
Solicitation
Posted: Nov 14, 2025
View
Version 1
Solicitation
Posted: Oct 21, 2025
View