- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
AMENDMENT TO EXTEND - THE FULL LINE FOOD AND BEVERAGE PRIME VENDOR SOLICITATION FOR UTAH AND SURROUNDING AREAS
Federal opportunity from DEPT OF DEFENSE. Place of performance: UT. Response deadline: Mar 06, 2026.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
Description
This solicitation has been extended to close on February 27, 2026Utah Surrounding AreaThe solicitation SPE300-26-R-0004 has been issued. The Defense Logistics Agency (DLA) Troop Support Subsistence Directorate intends to solicit for Prime Vendor support for customers in the Utah Region and Surrounding Area and other federally funded agencies for various quantities of subsistence items from the 8900 federal catalog or their commercial equivalents. The estimated dollar value of this solicitation is $10,917,522.86 for a five (5) year period. The guaranteed minimum dollar value is $1,091,752.29. The contract will consist of three tiers with a maximum dollar value of $38,211,329.99 at 350% of the estimated dollar value. The Government’s legal obligation under this contract shall only be that of the guaranteed minimum.All prices will be Firm Fixed with an Economic Price Adjustment (EPA) for the 5 years.The Government intends to make a single award.The contract resulting from this solicitation will be an Indefinite Delivery Contract that provides for an indefinite quantity, within stated limits, of specific supplies to be furnished during a fixed period, with deliveries to be scheduled by placing orders with the contractor. The contract will be for a term of 60 months, with three separate pricing tiers. The first tier will be for a 24-month period (inclusive of an up to 120-day implementation period). The second tier will be an 18-month period immediately following the first tier. The third tier will be for an 18-month period immediately following the second tier.This is an unrestricted acquisition. Customers’ delivery will be on a skip day basis. All responsible sources may submit a proposal which will be evaluated using Best Value - Lowest Price Technically Acceptable (LPTA) procurement procedures awarded to a Prime Vendor based on those criteria.Offerors must be able to interface with the Government's established translation package and support Electronic Data Interchange (EDI) transactions sets listed in the solicitation.The request for proposal has been posted on DLA BSM Dibbs website as SPE300-26-R-0004. The website can be found at https://www.dibbs.bsm.dla.mil/. This solicitation is scheduled to close on February 9, 2026.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.