SPE300-26-R-0001 Subsistence Prime Vendor (SPV) Southwest Asia and Eastern Africa (SWAEA)
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-Troop Support (DLA-Troop Support) is soliciting offers for a Subsistence Prime Vendor (SPV) to support military and federally funded customers across Southwest Asia and Eastern Africa (SWAEA). This Unrestricted opportunity seeks a full-line food distributor for a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract with Economic Price Adjustment. Proposals are due March 9, 2026, at 3:00 PM.
Scope of Work
The selected Prime Vendor will be responsible for the supply and delivery of a comprehensive range of items, including semi-perishable and perishable food, Food Service Operating Supplies (FSOS), and Ship Store items. This encompasses chilled, frozen, dairy, bakery, beverages, fresh fruits and vegetables, and non-food items. Additionally, the vendor will support Government Furnished Material (GFM) such as Unitized Group Rations (UGRs), Meals Ready to Eat (MREs), and Health and Comfort Packs (HCPs). Services will cover all authorized DLA customers within two designated Zones, including all port locations. Offerors must account for the political, economic, security, and military fluidity of the regions.
Contract Details
- Contract Type: Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) with Economic Price Adjustment (EPA).
- Estimated Value: $985,000,000.00 (total, inclusive of all tiers).
- Maximum Value: $2,955,000,000.00 (300% of estimated, including surge).
- Guaranteed Minimum: $98,500,000.00.
- Term: 60 months, structured into three pricing tiers: Tier 1 (24 months, including up to 180-day ramp-up), Tier 2 (18 months), and Tier 3 (18 months). Distribution Prices will remain fixed for each tier.
- Set-Aside: Unrestricted.
- Incumbents: Ocean Fair International Ship Chandeling (OFI) and Valiant Integrated Services LLC (Valiant) are identified as current incumbents.
Submission & Evaluation
- Proposal Due Date: March 9, 2026, at 3:00 PM Local Philadelphia Time.
- Submission Method: Proposals must be uploaded electronically via the DLA Internet Bid Boards System (DIBBS) or DoD Safe. Postal mail offers are not accepted.
- DoD Safe Instructions: Bidders must follow revised DoD Safe instructions, including encryption for CUI/PII/PHI and separate communication of passphrases. Timeliness is based on the "Drop-off Completed" timestamp, which operates on UTC (4 hours ahead of Philadelphia).
- Evaluation Factors: Non-price factors (Technical Factors I, II, III, and Past Performance) are of equal importance and, combined, are significantly more important than price. Price will be evaluated using a Tradeoff Source Selection Process.
Key Attachments & Notes
Offerors must utilize the provided SWAEA Pricing Spreadsheet (Attachment 1) and Official DLA Troop Support OCONUS Subsistence Price Quote Sheet (Attachment 2). Amendment 0003 provides answers to pre-proposal questions, clarifying aspects like incumbent details, Berry Amendment requirements, and logistics. Foreign vendors should complete Attachment 6 (US AFRICOM Foreign Vendor Information Sheet).
Contact Tina Frederico at tina.frederico@dla.mil or 215-737-4545 for inquiries.