AMENDMENT TO EXTEND - Southern Kentucky and Tennessee Surrounding Area
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
This is an AMENDMENT to solicitation SPE300-26-R-0010 from the Defense Logistics Agency (DLA) Troop Support Subsistence Directorate. This amendment extends the proposal due date for Prime Vendor support for subsistence items in the Southern Kentucky and Tennessee Surrounding Areas. This is an unrestricted acquisition with an estimated value of $30.88 million over five years. Proposals are now due March 6, 2026.
Scope of Work
The DLA Troop Support Subsistence Directorate seeks a Prime Vendor to provide various quantities of subsistence items from the 8900 federal catalog or their commercial equivalents. Services will support customers in the Southern Kentucky and Tennessee Surrounding Areas and other federally funded agencies. Deliveries will be on a skip day basis.
Contract & Timeline
- Solicitation Number: SPE300-26-R-0010
- Type: Indefinite Delivery Contract (IDC), Indefinite Quantity, Firm Fixed Price with Economic Price Adjustment (EPA)
- Duration: 60 months (5 years), structured in three tiers:
- Tier 1: 24 months (including up to 120-day implementation)
- Tier 2: 18 months
- Tier 3: 18 months
- Estimated Value: $30,884,214.40 for the five-year period.
- Guaranteed Minimum: $3,088,421.40
- Maximum Value: $108,094,750.40 (350% of estimated value)
- Set-Aside: Unrestricted Acquisition
- Proposal Due: March 6, 2026, 20:00:00Z
- Published: March 2, 2026
Evaluation
The Government intends to make a single award based on Best Value - Lowest Price Technically Acceptable (LPTA) procurement procedures. All responsible sources may submit a proposal.
Additional Notes
Offerors must be able to interface with the Government's established translation package and support Electronic Data Interchange (EDI) transactions as listed in the solicitation. Responses must be emailed to the addresses identified on page 1 of the solicitation. The Request for Proposal (RFP) is posted on the DLA BSM Dibbs website at https://www.dibbs.bsm.dla.mil/.