SPE300-26-R-0001 Subsistence Prime Vendor (SPV) Southwest Asia and Eastern Africa (SWAEA)

SOL #: SPE300Combined Synopsis/Solicitation

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

No set aside specified

Timeline

1
Posted
Dec 12, 2025
2
Last Updated
Mar 2, 2026
3
Submission Deadline
Feb 16, 2026, 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.

Quick Summary

The Defense Logistics Agency (DLA) Troop Support is soliciting proposals for a Subsistence Prime Vendor (SPV) to support military and federally funded customers across Southwest Asia and Eastern Africa (SWAEA). This requirement involves the supply and delivery of a full line of food and non-food items under a Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract with Economic Price Adjustment (EPA). Proposals are due February 16, 2026.

Scope of Work

The Prime Vendor will be responsible for the procurement, storage, and distribution of:

  • Perishable and semi-perishable food (chilled, frozen, dry, dairy, bakery, and fresh produce).
  • Non-food items, including Food Service Operating Supplies (FSOS) and Ship Store items.
  • Government Furnished Material (GFM) such as Unitized Group Rations (UGRs) and Meals Ready to Eat (MREs).

Support covers two geographic zones, including all port locations and inland sites. Offerors must account for the fluid political, economic, and security climates of the region within their distribution pricing.

Contract & Timeline

  • Type: Fixed-Price IDIQ with EPA.
  • Duration: 60 months total, divided into three pricing tiers (24 months, 18 months, and 18 months).
  • Value: Estimated at $985M, with a maximum ceiling of $2.955B (300% of estimate).
  • Set-Aside: Unrestricted.
  • Response Due: February 16, 2026, at 3:00 PM EST (per Amendment 0002).

Evaluation

Award will be made using a Tradeoff Source Selection Process. Non-price factors (Technical Factors and Past Performance) are of equal importance and, when combined, are significantly more important than price. Price will be evaluated based on the aggregate of the market basket and distribution fees.

Additional Notes

Amendment 0003 identifies Ocean Fair International and Valiant Integrated Services as the incumbents. Proposals must be submitted electronically via DIBBS or DoD SAFE. Foreign vendors are required to complete the US AFRICOM Foreign Vendor Information Sheet.

People

Points of Contact

Tina FredericoPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 8
Combined Synopsis/Solicitation
Posted: Mar 2, 2026
View
Version 7
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Feb 11, 2026
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Feb 9, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Jan 14, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Dec 12, 2025
View