|
플랜비드 컨설팅 |
https://sam.gov/workspace/contract/opp/0b2700cbde124158be0038b2d44d9a09/view
Solicitation/Request for Proposal (RFP) for Subsistence Prime Vendor (SPV) Support for Republic of Korea
Active
Opportunity
Notice ID
SPE30025R0061
Related Notice
(blank)
Contract Opportunity Type
Solicitation
Contract Line Item Number
(blank)
Inactive Dates
Jan 01, 2026
Inactive Policy
15 days after date offers due
Date Offers Due
Dec 17, 2025 3:00 PM EST
Published Date
Nov 20, 2025 2:48 PM EST
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
TROOP SUPPORT SUBSISTENCE
Sub Command 1, 2, 3
(blank)
Office
DLA TROOP SUPPORT
Classification
Original Set Aside
Total Small Business Set-Aside (FAR 19.5)
Product Service Code
9999 - MISCELLANEOUS ITEMS
NAICS Code
311999 - All Other Miscellaneous Food Manufacturing
Place of Performance
(blank)
Initiative
None
Description
The Defense Logistics Agency-Troop Support (DLA-Troop Support) has issued a solicitation seeking offers for Subsistence Prime Vendor support to military and other federally funded customers located throughout the Republic of Korea. This solicitation is being issued as a 100% Small Business Set-Aside. The Request for Proposal (RFP) #SPE300-25-R-0061, along with the six (6) attchments, is posted on the DLA Internet Bid Boards System (DIBBS). All offers are required to be uploaded to the DLA Internet Bid Boards System (DIBBS). Please visit the DIBBS website to view the RFP in its entirety and to submit your proposal: https://www.dibbs.bsm.dla.mil.
The Defense Logisitics Agency-Troop Support (DLA -Troop Support) intends to enter into a Fixed Price Indefinite Delivery Indefinite Quantity Contract (IDIQ) contract, 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.
Contact Information
Primary Point of Contact
Gwen Garcia
gwen.b.garcia@dla.mil
Phone Number
(blank)
Alternative Point of Contact
Donovan Mahoney
donovan.mahoney@dla.mil
Phone Number
(blank)
Contracting Office Address
DIRECTORATE OF SUBSISTENCE
700 ROBBINS AVENUE
PHILADELPHIA, PA 19111-5096 USA
Attachments/Links
Links
No links have been added to this opportunity.
Attachments
Download All
Request Access
Document File Size Access Updated Date
Amendment _2_Updated_Attachment_2A(SPV_Korea_Market_Basket).xlsx
1.06 MB Public Nov 21, 2025
Amendment_2_Updated_Attachment_1A(SPV Korea_SOW).pdf
1.58 MB Public Nov 21, 2025
Ammendment_2(Answers to Pre-Proposal Questions).pdf
230.4 KB Public Nov 21, 2025
SF30_SPE30025R00610002.PDF
20.97 KB Public Nov 21, 2025
SF30_SPE30025R00610001.PDF.pdf
11.37 KB Public Nov 15, 2025
SF1449_SPE30025R0061.PDF.pdf
22.8 KB Public Oct 22, 2025
Feedback