SOLICITATION NOTICE
99 -- Presolicitation Notice For Subsistence Prime Vendor Support For Puerto Rico
- Notice Date
- 11/24/2025 7:59:06 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
- SPE0026R0015
- Response Due
- 1/9/2026 12:00:00 PM
- Archive Date
- 03/09/2026
- Point of Contact
- Gwen Garcia, Matt Ligato, Phone: 2157379503
- E-Mail Address
-
gwen.b.garcia@dla.mil, matthew.ligato@dla.mil
(gwen.b.garcia@dla.mil, matthew.ligato@dla.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Defense Logistics Agency-Troop Support (DLA-Troop Support) intends to issue a solicitation in December 2025 seeking offers for Subsistence Prime Vendor support to visiting ships, military and other federally funded customers located throughout Puerto Rico. 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. 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), 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, visiting or located in Puerto Rico (i.e. visiting U.S. Navy ships, 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 12 months, with one pricing tier. The tier will be inclusive of an up to two-month ramp up period followed by, at least, a 10-month performance period. The estimated dollar value of this solicitation is $32,000,000.00 with a maximum dollar value of $48,000,000.00 inclusive of potential surge requirements. The guaranteed minimum for the entire contract will be ten percent (10%) of the estimated dollar value, which equates to $3,200,000.00. The Government will use Best-Value Continuum Procedures, specifically the Subjective Tradeoff Source Selection Process. The Request for Proposal (RFP) #SPE300-25-R-0015 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/workspace/contract/opp/f9829767c5464cda9c2eb751341a39ee/view)
- Place of Performance
- Address: San Juan, PR, USA
- Country: USA
- Country: USA
- Record
- SN07650825-F 20251126/251124230042 (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 |