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 a Subsistence Prime Vendor (SPV) to provide comprehensive food and non-food item support to military and federally funded customers across Southwest Asia and Eastern Africa (SWAEA). This is a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract with Economic Price Adjustment (EPA). The government intends to make one award for a 60-month term. Proposals are due March 9, 2026, at 3:00 PM.
Scope of Work
The selected Prime Vendor will act as a full-line food distributor, responsible for the supply and delivery of semi-perishable and perishable food items, Food Service Operating Supplies (FSOS), and Ship Store items. This includes a wide range of products such as chilled, frozen, dairy, bakery, beverages, fresh fruits and vegetables, and non-food items. The vendor will also support Government Furnished Material (GFM), including Unitized Group Rations (UGRs), Meals Ready to Eat (MREs), and Health and Comfort Packs (HCPs). Services are required for all authorized DLA customers within two specified Zones, encompassing all port locations. Offerors must account for the fluid political, economic, security, and military climate of the regions.
Contract Details
This is an unrestricted Fixed Price IDIQ contract with EPA, with an estimated total value of $985,000,000.00 and a maximum value of $2,955,000,000.00. A guaranteed minimum of $98,500,000.00 is included. The contract term is 60 months, structured into three pricing tiers: a 24-month Tier 1 (including an up to 180-day ramp-up period), followed by an 18-month Tier 2, and a final 18-month Tier 3. Distribution Prices will remain fixed for each tier.
Submission & Evaluation
Proposals must be uploaded via the DLA Internet Bid Boards System (DIBBS) or the DoD Safe electronic platform. The latest DoD Safe instructions (REVISED JAN 2026) emphasize encryption for CUI/PII/PHI and separate communication of passphrases. Non-price factors (Technical Factors I, II, III, and Past Performance) are of equal importance and, combined, are significantly more important than price. Evaluation will use a Tradeoff Source Selection Process. The Statement of Work (SOW) has a page limit of 75 pages.
Key Updates & Clarifications
Recent amendments have provided crucial updates:
- Due Date: Extended to March 9, 2026, at 3:00 PM.
- GFM Management: Informational charts on monthly average GFM quantities have been added, and the Prime Vendor is liable for GFM loss, though not required to insure it.
- Pricing Spreadsheet: The latest version, SWAEA Pricing Spreadsheet (26R0001)_R2, includes Federal Identification Codes (FIC) in the "Current Catalog" tab.
- Pre-Proposal Questions: Amendment 0003 addressed numerous questions, clarifying details on incumbents (Ocean Fair International Ship Chandeling, Valiant Integrated Services LLC), Berry Amendment compliance, proposal submission specifics, pricing guidance, logistics, inventory management, and contract implementation.
Contact Information
For inquiries, contact Tina Frederico at tina.frederico@dla.mil or 215-737-4545.