SPE3S1-26-R-0001 PB&J SQUEEZER

SOL #: PBJSQUEEZERSolicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA TROOP SUPPORT
PHILADELPHIA, PA, 19111-5096, United States

Place of Performance

Philadelphia, PA

NAICS

All Other Miscellaneous Food Manufacturing (311999)

PSC

Jams, Jellies, And Preserves (8930)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 30, 2026
2
Last Updated
Apr 14, 2026
3
Submission Deadline
May 8, 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 SPE3S1-26-R-0001 for a Long-Term Indefinite Delivery-Indefinite Quantity (IDIQ) Firm-Fixed Price contract to supply Peanut Butter and Jelly/Jam Twin Pack items. These products are for the Unitized Group Ration - Heat & Serve and Unitized Group Ration M Programs. This acquisition is a Small Business Set-Aside and utilizes Lowest Price Technically Acceptable (LPTA) source selection procedures. Proposals are due May 8, 2026, at 3:00 PM EDT.

Scope of Work & Requirements

The contract requires the provision of specific twin pack items:

  • Line Item 0001: Peanut Butter and Jelly twin pack (1.12 oz PB, 1 oz Jelly), US Grade A or Fancy, perforated twin pack pouches, 12 units per intermediate plastic bag.
  • Line Item 0002: Peanut Butter and Jam twin pack (1.12 oz PB, 1 oz Jam), US Grade A or Fancy, perforated twin pack pouches, 12 units per intermediate plastic bag. All items must have a 36-month shelf-life. Product Demonstration Models (PDMs) are mandatory; 30 samples per line item must be submitted to DLA Troop Support for evaluation as production standards. Failure to submit acceptable PDMs may lead to rejection. Additional requirements include compliance with DLA Troop Support Form 3556 and MIL-STD-129 for packaging/marking, sanitary approval from specified establishments, an Integrated Pest Management (IPM) program, a Food Defense Plan, and adherence to Current Good Manufacturing Practices (cGMP) (21 CFR Part 110).

Contract Details

  • Contract Type: Indefinite Delivery Purchase Order (IDPO) with Firm Fixed Prices.
  • Period of Performance: Three (3) consecutive tiered year delivery periods, each 365 days.
  • Estimated Annual Quantity: 100,000 BG per line item.
  • IQC Quantities: Minimum Contract Quantity: 30,000 BG; Total Contract Quantity: 300,000 BG; Maximum Contract Quantity: 450,000 BG.
  • Pricing: F.O.B. Destination basis. Offerors must submit pricing for all three tier years, formatted to two decimal places.

Set-Aside & Eligibility

This acquisition is a Small Business Set-Aside. The NAICS Code is 311999. Offerors must complete SF1449 fill-ins and provide CAGE Code and Unique Entity Identifier.

Submission & Evaluation

  • Offer Due Date: May 8, 2026, at 3:00 PM local Philadelphia, PA time EDT.
  • Submission Method: Offers must be emailed to Stephen.Covone@dla.mil and Thomas.Haley@dla.mil.
  • PDM Submission Deadline: No later than the Offer Due Date.
  • Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Proposals will be evaluated on Non-Price (Technical) factors, primarily PDMs, and Price. Technical acceptability is rated as Acceptable/Unacceptable. Award will be made to the technically acceptable offer with the lowest overall total evaluated price.
  • Invoicing: Electronic invoicing via Wide Area Workflow (WAWF) is required.

Key Amendments & Changes

This solicitation has been amended multiple times. The latest amendment (posted April 14, 2026) extended the proposal deadline to May 8, 2026. A previous amendment (posted March 30, 2026) clarified the closing date (then April 30, 2026) and significantly updated several DFARS and FAR clauses, replacing older versions with new RFO Deviation versions (e.g., DFARS 252.204-7009, 252.204-7018, 252.204-7016, FAR 52.253-1) and introducing new clause 52.240-90. Bidders must review and ensure compliance with all updated and newly introduced clauses.

People

Points of Contact

Stephen CovonePRIMARY
Thomas HaleySECONDARY

Files

Files

Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Apr 14, 2026
Version 2
Solicitation
Posted: Mar 30, 2026
View
Version 1
Solicitation
Posted: Mar 30, 2026
View
SPE3S1-26-R-0001 PB&J SQUEEZER | GovScope