SOURCES SOUGHT
89 -- Fresh Fruits & Vegetables (FF&V) Support for DoD & Non-DoD Customers � Kwajalein Atoll
- Notice Date
- 8/25/2025 11:05:36 AM
- Notice Type
- Sources Sought
- NAICS
- 424480
— Fresh Fruit and Vegetable Merchant Wholesalers
- Contracting Office
- DLA TROOP SUPPORT INDO-PACIFIC JBPHH HI 96860-3520 USA
- ZIP Code
- 96860-3520
- Solicitation Number
- SPE302-25-R-0008
- Response Due
- 9/10/2025 11:00:00 AM
- Archive Date
- 09/25/2025
- Point of Contact
- Bradley Ah Nee, Allison Higashi
- E-Mail Address
-
bradley.ahnee@dla.mil, allison.higashi@dla.mil
(bradley.ahnee@dla.mil, allison.higashi@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Request for Information (RFI): Fresh Fruits and Vegetables (FF&V) Support for Kwajalein Atoll 1. Introduction: This Request for Information (RFI) is issued by the Defense Logistics Agency (DLA) Troop Support Indo-Pacific in accordance with FAR Part 10 � Market Research. The Government is conducting market research to identify responsible and capable sources interested in supplying a full line of United States Department of Agriculture (USDA) Grade No. 1 or better Fresh Fruits and Vegetables (FF&V) to Department of Defense (DoD) and Non-DoD customers located on Kwajalein Atoll, Republic of the Marshall Islands. This RFI is for informational and planning purposes only and does not constitute a formal solicitation or guarantee of future procurement. 2. Background: The Government anticipates a potential requirement for a long-term Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract awarded under FAR Part 12 (Commercial Products and Services) and FAR Part 15 (Contracting by Negotiation). This acquisition will ensure continuous access to fresh and high-quality FF&V products for a remote U.S. military installation with limited commercial infrastructure. The selected contractor may be responsible for: Procuring, staging, and distributing a variety of FF&V items. Meeting USDA Grade No. 1 or better standards for all products. Ensuring product freshness and maintaining cold chain logistics throughout handling and transit. Responding to surge or emergency delivery requests. Delivering to intermediate points (e.g., Hawaii, Guam) for onward movement, or possibly directly to Kwajalein Atoll depending on the final acquisition strategy. Note: This RFI is designed to help the Government determine the most viable delivery model. Vendors may not be required to deliver directly to Kwajalein. However, if future requirements mandate direct-to-Kwajalein delivery, the contractor must be capable of delivering product within 48 hours of packing to ensure compliance with USDA and DLA quality assurance standards. Offerors must currently operate as active commercial distributors. Companies operating solely as third-party logistics (3PL) providers�i.e., subcontracting out warehousing, sourcing, and delivery�are not eligible. 3. Purpose of This RFI: The Government is issuing this RFI to: Identify commercial distributors capable of supporting FF&V requirements for remote Pacific island locations. Determine industry readiness to stage or deliver products to Kwajalein or intermediate staging areas (Hawaii, Guam, etc.). Evaluate cold chain capabilities, timeliness, and shelf-life assurance practices. Use the Attachment 3 � Market Survey to assess viable delivery options and form the basis of the contract structure. 4. Important Notices This RFI is for market research only; no contract will result directly from this notice. Responses are voluntary and will not affect the eligibility of future solicitations. The Government will not reimburse any costs incurred for responding to this RFI. Proprietary information should be clearly labeled; it will be safeguarded appropriately. Please monitor SAM.gov for updates or future solicitations. 5. Attachments The following documents are provided to assist with your response: Attachment 1 � Draft Schedule of Items Attachment 2 � Sample Customer List Attachment 3 � Market Survey Questionnaire 6. Submission Instructions Interested parties are encouraged to respond by submitting: A completed Attachment 3 � Market Survey to help DLA evaluate potential delivery strategies. Any additional feedback or suggestions related to feasibility, timelines, or acquisition approach. Submit all responses to: bradley.ahnee@dla.mil allison.higashi@dla.mil Deadline: September 10, by 0800 HST 7. FAR References This RFI is conducted in accordance with the following Federal Acquisition Regulation references: FAR 10.001 � Market Research Policy FAR 10.002 � Procedures for Market Research FAR 12.101�12.104 � Acquisition of Commercial Products and Services
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/34714f93f8ac40db8013e085c7472ab6/view)
- Place of Performance
- Address: UM, USA
- Country: USA
- Country: USA
- Record
- SN07565637-F 20250827/250825230053 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |