SPE300-26-R-0013 - Fresh Bread and Bakery for DoD Troop Customers in the Georgia Zone
SOL #: SPE300-26-R-0013Solicitation
Overview
Buyer
DEPT OF DEFENSE
Defense Logistics Agency
DLA TROOP SUPPORT
PHILADELPHIA, PA, 19111-5096, United States
Place of Performance
GA
NAICS
Commercial Bakeries (311812)
PSC
Bakery And Cereal Products (8920)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Jan 30, 2026
2
Last Updated
Feb 17, 2026
3
Submission Deadline
Mar 19, 2026, 7:00 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 has issued Solicitation SPE300-26-R-0013 for a firm-fixed price Indefinite Quantity Contract (IQC) to provide Fresh Bread and Bakery items to Department of Defense (DoD) customers in the Georgia Zone (Ft Benning, Ft Gordon, and Ft Stewart). The contract period is from April 5, 2026, to April 7, 2029, divided into two pricing tiers. Proposals are due by March 19, 2026, at 3:00 PM EST.
Scope of Work
This opportunity requires contractors to source, purchase, store, and deliver a variety of fresh bread and bakery products. Key requirements include:
- Maintaining acceptable fill rates (minimum 97%), customer service levels, and product quality.
- Products must be produced and manufactured in the United States (Berry Amendment compliant).
- Maintaining electronic catalogs (STORES) with item details.
- Compliance with sanitation, warehousing, and pest management programs.
- Products must meet commercial standards for storage and delivery temperatures.
- Offerors must be current and functioning commercial distributors; subcontracting the majority of work is not acceptable.
Contract Details
- Contract Type: Firm-Fixed Price Indefinite Quantity Contract (IQC).
- Period of Performance: 36 months (April 5, 2026 – April 7, 2029), with Tier 1 (24 months) and Tier 2 (12 months).
- Estimated Value:
- Group 1 (Ft Benning): 3-Year Estimate $7,500,000.00 (Guaranteed Minimum $250,000.00).
- Group 2 (Ft Gordon & Ft Stewart): 3-Year Estimate $1,050,000.00 (Guaranteed Minimum $35,000.00).
- Contract Maximum: Group 1: $18,750,000.00; Group 2: $2,625,000.00.
- Set-Aside: Unrestricted with HUBZone evaluation preference.
- NAICS Code: 311812 (Size Standard: 1000 employees).
Submission & Evaluation
- Offer Due Date: March 19, 2026, 03:00 PM Eastern Standard Time.
- Submission Methods: DIBBS electronic upload or email to specified points of contact. Facsimile offers are not authorized.
- Evaluation: Lowest Price Technically Acceptable (LPTA) source selection process, based on technical acceptability and pricing. The Government intends to award without discussions, so initial offers should contain best terms.
- Offerors must propose on all items in the Schedule of Items for each Group to avoid technical unacceptability. Pricing must be formatted to two decimal places.
Additional Notes
- Offerors must be registered in the System for Award Management (SAM).
- Awardee must have a computer system capable of accepting delivery orders and processing Electronic Data Interchange (EDI) transactions via the STORES system (832 Catalog, 850 Purchase Order, 810 Invoice). Mandatory EDI testing is required.
- Contractors must comply with the Contractor Code of Business Ethics and Conduct.
- Enrollment in RAPIDGate, DBIDS, or other security programs may be required for base access.
- Specific invoicing and payment instructions are detailed, including the use of Wide Area WorkFlow (WAWF).
- A start-up period is required after award, prior to initial ordering/delivery.
- Attachments include a Schedule of Items (SOI) for pricing, a Request for New Item Form, a detailed Delivery Schedule, and the STORES EDI manual.
People
Points of Contact
Jillian BlaneyPRIMARY
Ronald BoothSECONDARY
Files
Versions
Version 2Viewing
Solicitation
Posted: Feb 17, 2026
Version 1
Pre-Solicitation
Posted: Jan 30, 2026