Skip to content
Department of Defense

SPE300-26-R-0001 Subsistence Prime Vendor (SPV) Southwest Asia and Eastern Africa (SWAEA)

Solicitation: SPE300
Notice ID: 4e021a417f1349289d435a21761d3281
TypeCombined Synopsis SolicitationNAICS 311999PSC9999Set-AsideNONEDepartmentDepartment of DefenseAgencyDefense Logistics AgencyPostedFeb 24, 2026, 12:00 AM UTCDueMar 09, 2026, 07:00 PM UTCCloses in 14 days

Combined Synopsis Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: Bahrain. Response deadline: Mar 09, 2026. Industry: NAICS 311999 • PSC 9999.

Market snapshot

Awarded-market signal for NAICS 311999 (last 12 months), benchmarked to sector 31.

12-month awarded value
$308,092,147
Sector total $966,158,283 • Share 31.9%
Live
Median
$1,503,042
P10–P90
$32,440$151,475,860
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
31.9%
share
Momentum (last 3 vs prior 3 buckets)
+59389%($307,058,085)
Deal sizing
$1,503,042 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
Bahrain
Contracting office
Philadelphia, PA • 19111-5096 USA

Point of Contact

Name
Tina Frederico
Email
tina.frederico@dla.mil
Phone
2157374545

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
TROOP SUPPORT SUBSISTENCE
Office
DLA TROOP SUPPORT
Contracting Office Address
Philadelphia, PA
19111-5096 USA

More in NAICS 311999

Description

This solicitation seeks offers for Subsistence Prime Vendor support to military and other federally funded customers located throughout Southwest Asia and Eastern Africa.  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 items such as Food Service Operating Supply (“FSOS”), and Ship Store items (“1Q aka QCOG”).  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 this contract.

The Prime Vendor will be required to support all authorized DLA customers located within two Zones.  This includes all port locations throughout Zones 1 and 2. Prime Vendor may be required to deliver to any port located within each Zone.  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 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 an 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 prices for all aspects of performance detailed in the Statement of Work (“SOW”) below must be included in the offeror’s fixed Distribution Price(s).  Offerors are reminded that fixed-price type contracts place the maximum risk and responsibility for all costs and resulting profit or loss on the Prime Vendor. Although different Distribution Price(s) may be offered for each tiered period.  Distribution Price(s) will remain fixed for each pricing tier.  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 Prices(s).

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.