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 (DLA) Troop Support is soliciting offers for Subsistence Prime Vendor (SPV) support in Southwest Asia and Eastern Africa (SWAEA) under Solicitation SPE300-26-R-0001. This opportunity seeks a full-line food distributor to supply military and federally funded customers. Proposals are due March 9, 2026, at 3:00 PM Local Philadelphia Time.
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 items.
- Non-food items such as Food Service Operating Supply (FSOS) and Ship Store items (1Q/QCOG).
- Government Furnished Material (GFM), including Unitized Group Rations (UGRs), Meals Ready to Eat (MREs), and Health and Comfort Packs (HCPs). The Prime Vendor must support all authorized DLA customers across two zones, including port locations, with potential for new customers to be added. Offerors must account for the fluid political, economic, and security climate of the regions.
Contract Details
- Type: Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) with Economic Price Adjustment (EPA).
- Duration: 60 months, structured into three pricing tiers: Tier 1 (24 months, including 180-day ramp-up), Tier 2 (18 months), and Tier 3 (18 months).
- Value: Estimated Total: $985,000,000.00; Maximum: $2,955,000,000.00; Guaranteed Minimum: $98,500,000.00.
- Set-Aside: Unrestricted.
- Award: The Government intends to make one award.
Submission & Evaluation
- Proposal Due: March 9, 2026, 3:00 PM Local Philadelphia Time.
- Submission Method: Proposals must be uploaded to the DLA Internet Bid Boards System (DIBBS) or the DoD Safe electronic platform. Revised DoD Safe instructions (January 2026) require encryption for CUI/PII/PHI and separate communication of passphrases. Timeliness is determined by the "Drop-off Completed" timestamp.
- 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 the Tradeoff Source Selection Process.
- SOW Page Limit: The Statement of Work (SOW) has a page limit of 55-75 pages, inclusive.
Key Clarifications & Attachments
Amendment 0003 provided extensive answers to pre-proposal questions, clarifying details on incumbent vendors (Ocean Fair International Ship Chandeling and Valiant Integrated Services LLC), Berry Amendment requirements for U.S.-sourced food, proposal formatting, pricing spreadsheets, logistics, inventory management (including GFM liability), and contract implementation. Amendment 0005 added details on GFM storage quantities (informational) and clarified that the Prime Vendor is liable for GFM loss. Offerors must use the latest SWAEA Pricing Spreadsheet (26R0001)_R2.xlsx and acknowledge all amendments.
Contact Information
For inquiries, contact Tina Frederico at tina.frederico@dla.mil or 215-737-4545.