Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2025 SAM #8691
SOLICITATION NOTICE

99 -- Pre-Solicitation Synopsis for SPV Support for Republic of Korea

Notice Date
9/10/2025 11:27:13 AM
 
Notice Type
Presolicitation
 
NAICS
311999 — All Other Miscellaneous Food Manufacturing
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE300-25-R-0061
 
Response Due
9/30/2025 8:59:00 PM
 
Archive Date
10/15/2025
 
Point of Contact
Gwen Garcia, Donovan Mahoney
 
E-Mail Address
gwen.b.garcia@dla.mil, donovan.mahoney@dla.mil
(gwen.b.garcia@dla.mil, donovan.mahoney@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Defense Logistics Agency-Troop Support (DLA-Troop Support) intends to issue a solicitation in September/October 2025 seeking offers for Subsistence Prime Vendor support to military and other federally funded customers located throughout the Republic of Korea. The resultant contract will be a Fixed Price Indefinite Delivery Indefinite Quantity Contract (IDIQ), with Economic Price Adjustment (EPA), with a full line food distributor who will act as a Prime Vendor responsible for the supply and delivery of semi-perishable and perishable food items as well as non-food Food Service Operating Supply (FSOS) items. The Prime Vendor must be capable of supplying all chilled products, semi perishable food products, frozen fish, frozen meat, frozen poultry, frozen bakery products, and other frozen foods (fruits, vegetables, prepared foods, etc.), dairy and ice cream products, fresh fruits, fresh vegetables, fresh bakery products, beverage base & juices (for dispensers), beverages & juices (non- dispenser), non-food items and Government Furnished Material (GFM) such as Unitized Group Rations (UGR�s), Meals Ready to Eat (MRE�s) Health and Comfort packs (HCP�s) and other operational rations items either currently in existence or to be introduced during the term of this contract. The Prime Vendor will be required to support all authorized DLA customers, located in Korea (i.e. military shore and/or ship facilities, mobile kitchen tents (�MKTs�), ration break points, trailer-transfer points, and military training exercise locations, etc.). As previously stated, these customers include military or other federally funded customers. Though the solicitation describes existing customers known to the Contracting Officer at the time of the solicitation�s issuance, other customers, including military, Department of Defense (DoD), or non-DoD, may be added as necessary during the life of any resultant contract. The addition of said customers located within the solicitation�s specified region will be at no additional cost to the Government. The Government intends to make one award. The contract shall be for a term of 60 months, with three separate pricing tiers. The first tier will be for a 24-month period (inclusive of an up to six-month ramp up period followed by, at least, an 18-month performance period depending on the length of ramp up). The second tier shall be an 18-month performance period immediately following the first tier. The third tier and final tier shall be for an 18-month period immediately following the second tier. The estimated dollar value of this solicitation is $217,500,000.00 inclusive of all tiered pricing periods. The maximum dollar value will be $435,000,000.00 inclusive of all tiered pricing periods and surge requirements. The guaranteed minimum for the entire contract will be ten percent (10%) of the estimated dollar value, which equates to $21,750,000.00. The Government will use Best-Value Continuum Procedures, specifically the Subjective Tradeoff Source Selection Process. The Request for Proposal (RFP) #SPE300-25-R-0061 will be posted on the DLA Internet Bid Boards System (DIBBS), https://www.dibbs.bsm.dla.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4d47f5cc23dc45bc9acbd57f26cae80a/view)
 
Place of Performance
Address: KOR
Country: KOR
 
Record
SN07586390-F 20250912/250910230054 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.