Fresh Bread and Bakery Products

SOL #: SPE302-26-R-0002Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA TROOP SUPPORT INDO-PACIFIC
JBPHH, HI, 96860-3520, United States

Place of Performance

Anchorage, AK

NAICS

Commercial Bakeries (311812)

PSC

Bakery And Cereal Products (8920)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 6, 2026
2
Last Updated
Mar 24, 2026
3
Submission Deadline
Mar 27, 2026, 6:00 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 Indo-Pacific intends to award an Indefinite-Delivery Indefinite-Quantity (IDIQ) Contract for Fresh Bread and Bakery Products to support Department of Defense (DoD) and select Non-DoD customers in the Alaska AOR. This is a Combined Synopsis/Solicitation (SPE302-24-R-0004). Proposals are due March 27, 2026, at 08:00 AM HST.

Scope of Work

The contractor will be responsible for sourcing, purchasing, storing, and delivering a diverse range of fresh bread and bakery items to military installations and federal customers across Alaska. Key requirements include maintaining a 98% fill rate without substitutions, ensuring product quality, freshness, and compliance with food safety standards, and providing excellent customer service. Offerors must operate as commercial distributors, not third-party logistics (3PL) companies.

Contract & Timeline

  • Contract Type: Indefinite-Delivery Indefinite-Quantity (IDIQ)
  • Duration: 60 months (12-month base period + four 12-month option periods), from April 12, 2026, to April 11, 2031.
  • Set-Aside: None specified.
  • Estimated Value: Guaranteed minimum of $20,000.00, with a maximum ceiling of $800,000.00.
  • Response Due: March 27, 2026, at 08:00 AM HST.
  • Published Date: March 20, 2026.

Evaluation & Award

This acquisition will be conducted under FAR Part 13, utilizing a Lowest Price Technically Acceptable (LPTA) source selection process. The Government intends to make a single award. Non-price evaluation factors include:

  • Technical Capability
  • Distribution and Delivery Plan
  • Quality Assurance and Food Safety Procedures
  • Catalog Readiness
  • Past Performance Offerors must submit pricing for all required line items using the provided Schedule of Items (Attachment 1). The Government does not intend to conduct negotiations, so competitive and complete proposals are strongly encouraged.

Key Requirements & Attachments

Bidders must be registered in SAM.gov and capable of interfacing with the Subsistence Total Order and Receipt Electronic System (STORES) via Electronic Data Interchange (EDI) for cataloging, ordering, and invoicing (e.g., 810, 832, 850, 997 transaction sets). Required submissions include:

  • Signed SF1449 Cover Page.
  • Completed Schedule of Items (Attachment 1) with pricing.
  • Completed and signed Contractor Overview Report (Attachment 9).
  • A Food Defense Plan (guided by Attachment 6).
  • Compliance with Quality Systems Management Visits (QSMVs) and audits (Attachment 8), maintaining an 85% acceptability standard. Email submissions must not exceed 5MB per attachment or 10MB total.

People

Points of Contact

Mona DavidPRIMARY
Allison HigashiSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Mar 24, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 20, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 20, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 6, 2026
View