Skip to main content

An official website of the United States government

You have 2 new alerts

Subsistence Items for Thailand

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Aug 29, 2024 09:46 pm KST
  • Original Published Date: Aug 29, 2024 02:59 pm KST
  • Updated Date Offers Due: Sep 30, 2024 07:00 am KST
  • Original Date Offers Due: Sep 30, 2024 07:00 am KST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 15, 2024
  • Original Inactive Date: Oct 15, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 8915 - FRUITS AND VEGETABLES
  • NAICS Code:
    • 311999 - All Other Miscellaneous Food Manufacturing
  • Place of Performance:
    THA

Description

This solicitation seeks offers for Market Ready Items support to military and other federally funded customers located throughout in Thailand.

The Defense Logistics Agency-Troop Support Indo-Pacific (DPA-TS-IP) intends to enter into a Fixed Price Indefinite Delivery (IDC) Contract, with Economic Price Adjustment (EPA) with a company who will act as a full line food distributor responsible for the supply and delivery of Subsistence Items, including Fresh Fruits & Vegetables (FF&V), and Full-Line of Grocery Items. The Contractor must be capable of supplying all chilled products, semi-perishable food products, frozen fish, meat and poultry, other frozen foods (i.e. fruits, vegetables, prepared foods, etc.), dairy and ice cream products, fresh and frozen bakery products, beverage base and juices (for dispensers), beverages and juices (non-dispenser), and fresh fruits and vegetables.

A successful offeror(s) will be required to source, purchase, store, and deliver a variety of grocery items to DLA Troop Support Indo-Pacific customers on an ongoing basis, while at the same time maintaining acceptable fill rates, levels of customer service, and product quality.  Therefore, an offeror must currently possess the logistical and financial resources to serve as a commercial distributor of a variety of grocery items. If an offeror does not have a physical location, they will still need to have the capabilities to deliver within the required time frame & provide replacement items to the customer, as quickly as possible. It is neither sufficient nor acceptable for an offeror to be a third-party logistics (“3PL”) company (i.e., a company that does not intend to serve as the grocery supplier but instead intends to subcontract out the majority of aspects required by the contract, including but not limited to ordering, warehousing, distribution, etc.). By offering, an offeror affirms its status as a current and functioning commercial distributor of grocery items. 

This acquisition is being solicited under the authority of FAR 13.5, "Simplified Procedures for Certain Commercial Items".  The purpose of this program is to vest contracting officers with additional procedural discretion and flexibility, so that commercial item acquisitions greater than the simplified acquisition threshold but not exceeding $7.5 million may be solicited, offered, evaluated, and awarded in a simplified manner that maximizes efficiency and economy and minimizes burden and administrative costs for both the Government and industry.

The Contractor will be required to support all authorized DLA customers located in Thailand. 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. See Attachment 2 – Delivery Locations.

Effective Period of Contract / Tiers

The contract shall be for a term of sixty (60) months, with three separate pricing tiers and shall not exceed sixty (60) months. The first tier shall be for a 24-month period (Includes the start-up period). The second tier shall be a 18-month period immediately following the first tier. The third tier shall be for a 18-month period immediately following the second tier.  

Performance Period:   12/1/2024 - 11/30/2029 (5 years total)

Tier 1 - 12/01/2024 - 11/30/2026 (24-month period) 

Tier 2 - 12/01/2026 - 05/31/2028 (18-month period)

Tier 3 - 06/01/2028 - 11/30/2029 (18-month period)

The company you are representing must already be registered in the System for Award Management (SAM).

Questions pertaining to this solicitation shall be submitted in writing, no later than 7:00 AM (KST), September 13, 2024.

PROPOSALS ARE DUE NO LATER THAN 7:00 AM KST, September 30, 2024. Please email proposal to Sunghak.choe.kor@dla.mil and jean.ross@dla.mil. It is the offeror's responsibility to confirm receipt of proposal.

Points of Contact:

Mr. Sunghak Choe, Contract Specialist - email: Sunghak.choe.kor@dla.mil

Ms. Jean Ross, Contracting Officer - email: jean.ross@dla.mil

Limit the file size of any individual email attachment to 5MB, and the total size of any email to 10MB. Multiple email submissions may be required. If submitting multiple emails as a proposal submission, label each email with a number (e.g., 1 of 3, accordingly. After transmitting an email submission, offerors should confirm receipt of all emails with the intended recipients.

Facsimile is not an acceptable form of transmission for submission of initial proposals or revisions to initial proposals submitted in response to this solicitation. As directed by the Contracting Officer, facsimile may be used during discussions/negotiations, if discussions/ negotiations are held, for proposal revisions, including Final Proposal Revisions.

Contact Information

Contracting Office Address

  • 1025 QUINCY AVE, SUITE 1000
  • JBPHH , HI 96860-3520
  • USA

Primary Point of Contact

Secondary Point of Contact

History