Solicitation Notice for Fresh Milk & Dairy Products for military customers located in the Virginia, Maryland, Delaware, and D.C. Zone (Andrews AFB, Dover AFB, Fort Meade, Fort Myer and VA, MD, DC Hospitals)

SOL #: SPE300-26-R-0024Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA TROOP SUPPORT
PHILADELPHIA, PA, 19111-5096, United States

Place of Performance

Washington, DC

NAICS

Fluid Milk Manufacturing (311511)

PSC

Dairy Foods And Eggs (8910)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 6, 2026
2
Last Updated
Mar 27, 2026
3
Submission Deadline
Apr 28, 2026, 7:00 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 has issued Solicitation SPE300-26-R-0024 for an Indefinite Quantity Contract (IQC) to supply Fresh Milk & Dairy Products to military customers in the Virginia, Maryland, Delaware, and D.C. Zone. This includes Andrews AFB, Dover AFB, Fort Meade, Fort Myer, and VA, MD, DC Hospitals. This acquisition is set aside for Small Business. Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Offers are due April 28, 2026, at 03:00 PM Eastern Standard Time.

Scope of Work

The awarded contractor will be responsible for supplying a variety of fresh milk and dairy items, maintaining a minimum 97.0% fill rate, high customer service levels, and product quality. Key requirements include:

  • Being a current and functioning commercial distributor of milk and dairy items.
  • Providing third-party warehouse audit documentation (e.g., Sanitation Compliance and Enforcement Ratings of Interstate Milk Shippers).
  • Ensuring all products are sourced and manufactured in the United States (Buy American Act applies).
  • Maintaining electronic catalogs (STORES) and supporting Electronic Data Interchange (EDI) transactions (810, 820, 832, 850, 861, 997).
  • Complying with Public Key Infrastructure (PKI) requirements.
  • Adhering to specific packaging, packing, labeling, and marking requirements.
  • Deliveries are FOB Destination, requiring products to be segregated by drop-off point.
  • Inspection and acceptance of products will occur at the destination.
  • Customer locations and specific items are detailed in Attachment 3 (Customer List) and Attachment 1 (Schedule of Items), respectively.

Contract Details

  • Contract Type: Fixed Price, Indefinite Quantity Contract (IQC) with Economic Price Adjustment (EPA).
  • Period of Performance: 5 years, commencing June 14, 2026. This is divided into three tiers:
    • Tier 1: June 14, 2026, to June 10, 2028 (24 months)
    • Tier 2: June 11, 2028, to December 8, 2029 (18 months)
    • Tier 3: December 9, 2029, to June 14, 2031 (18 months)
  • Estimated Value: The contract includes a 10% guaranteed minimum and a 300% maximum. Market research indicated a potential maximum value of $2,760,699.15 over 60 months.
  • Set-Aside: Small Business.

Submission & Evaluation

  • Offer Due Date: April 28, 2026, 03:00 PM Eastern Standard Time.
  • Submission Method: Proposals must be submitted electronically via email to the contracting officers or through the DLA Bid Board System (DIBBS).
  • Proposal Requirements: Offerors must propose on all items listed in Attachment 1 (Schedule of Items), with pricing formatted to two decimal places.
  • Evaluation Criteria: Award will be based on the Lowest Price Technically Acceptable (LPTA) source selection. Technical acceptability requires no exceptions to terms and conditions and full compliance with submission requirements. Pricing will be evaluated through an aggregate price analysis.
  • Eligibility: Contractors must be registered in the System for Award Management (SAM.gov) database. RapidGate, Defense Biometric Identification System (DBIDS), or other security program enrollment may be required for base access.

Contact Information

People

Points of Contact

Marcus BerenatoPRIMARY
Deana GaydaSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Solicitation
Posted: Mar 27, 2026
Version 3
Pre-Solicitation
Posted: Mar 12, 2026
View
Version 2
Sources Sought
Posted: Feb 9, 2026
View
Version 1
Sources Sought
Posted: Feb 6, 2026
View
Solicitation Notice for Fresh Milk & Dairy Products for military customers located in the Virginia, Maryland, Delaware, and D.C. Zone (Andrews AFB, Dover AFB, Fort Meade, Fort Myer and VA, MD, DC Hospitals) | GovScope