SPE300-24-R-0024 Subsistence Prime Vendor (SPV) Northern Europe
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 (Original)
- Original Published Date: Jan 30, 2025 01:36 pm EST
- Original Date Offers Due: Mar 31, 2025 03:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: Mar 31, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 9999 - MISCELLANEOUS ITEMS
- NAICS Code:
- 311999 - All Other Miscellaneous Food Manufacturing
- Place of Performance:
Description
This solicitation seeks offers for Subsistence Prime Vendor support to military and other federally funded customers located throughout Northern Europe. For purposes of this solicitation, currently there are no U.S. activities deemed as “contingency operation” as defined in Federal Acquisition Regulation (“FAR”) 2.101. Though accurate as of the time of the solicitation’s issuance, this is subject to change depending upon numerous factors affecting the regions. As an offeror, each firm must be aware of the overall fluidity of the political, economic, security, and military climate of the regions and incorporate that into its proposal accordingly. Offerors are also advised to consult with the U.S. Department of State and other appropriate resources for the latest information on the political and security conditions for the countries supported by this solicitation.
The Defense Logistics Agency-Troop Support (“DLA-Troop Support”) intends to enter into a Fixed Price Indefinite Delivery Indefinite Quantity (“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, 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), fresh fruits and vegetables, non-food items, and Government Furnished Material (“GFM”), including but not limited to Unitized Group Rations (“UGRs”), Meals Ready to Eat (“MREs”), Health and Comfort packs (“HCPs”), and other operational rations items either currently in existence or to be introduced during the term of the resulting contract.
The Prime Vendor will be required to support all authorized DLA customers located in Northern Europe (i.e. military shore and/or ship facilities 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 shall be for a 24-month period (inclusive of up to 180-day ramp-up period). The second tier shall be an 18-month performance period immediately following the first tier. The third and final tier will be an additional 18-month performance period directly following the second tier. The price for all aspects of performance detailed in the Statement of Work (“SOW”) below must be included in the offeror’s fixed Distribution Price(s). Offeror’s are reminded that fixed price type contracts place the maximum risk and responsibility for all costs, and resulting profit or loss, on the contractor. Distribution Price(s) will remain fixed for the life of the contract and an offeror’s failure to consider the full cost of performance and/or the risks of performing in this region will not serve as a basis to adjust Distribution Price(s). As detailed below, Product Price(s) are distinct from the aforementioned Distribution Price(s) and therefore should not be included in any way in the latter.
Attachments/Links
Contact Information
Contracting Office Address
- DIRECTORATE OF SUBSISTENCE 700 ROBBINS AVENUE
- PHILADELPHIA , PA 19111-5096
- USA
Primary Point of Contact
- Kellie Wimsey
- Kellie.Wimsey@dla.mil
- Phone Number 215-737-8151
Secondary Point of Contact
- Kelly Fidik
- Kelly.Fidik@dla.mil
- Phone Number 215-737-7390
History
- Feb 07, 2025 03:41 pm ESTSolicitation (Updated)
- Jan 30, 2025 01:36 pm ESTSolicitation (Original)
- Dec 19, 2023 11:55 pm ESTSpecial Notice (Updated)