Skip to content
Department of Defense

Fresh Bread and Bakery Products

Solicitation: SPE302-26-R-0002
Notice ID: b0615977e8da40a58aa1e8cd2f7116b3

Combined Synopsis Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: AK. Response deadline: Mar 27, 2026. Industry: NAICS 311812 • PSC 8920.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: SPE302-26-R-0002. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 311812 (last 12 months), benchmarked to sector 31.

12-month awarded value
$24,344,144
Sector total $1,866,982,109 • Share 1.3%
Live
Median
$106,600
P10–P90
$46,042$13,286,777
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.3%
share
Momentum (last 3 vs prior 3 buckets)
+4724%($23,355,375)
Deal sizing
$106,600 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 →
Map for AK
Live POP
Place of performance
Anchorage, Alaska • United States
State: AK
Contracting office
Jbphh, HI • 96860-3520 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
AK20260001 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Alaska • Anchorage, Bethel, Bristol Bay +16
Rate
Asbestos Workers/Insulator (includes application of all insulating materials protective coverings, coatings and finishings to all types of mechanical systems)
Base $41.35Fringe $16.46
Rate
TERIAL HANDLER (includes preparation, wetting, stripping, removal scrapping, vacuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not, from mechanical systems)
Base $37.38Fringe $19.55
+64 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 64 more rate previews.
Davis-BaconBest fitstate match
AK20260001 (Rev 0)
Open WD
Published Jan 02, 2026Alaska • Anchorage, Bethel, Bristol Bay +16
Rate
Asbestos Workers/Insulator (includes application of all insulating materials protective coverings, coatings and finishings to all types of mechanical systems)
Base $41.35Fringe $16.46
Rate
TERIAL HANDLER (includes preparation, wetting, stripping, removal scrapping, vacuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not, from mechanical systems)
Base $37.38Fringe $19.55
Rate
BOILERMAKER
Base $58.33Fringe $28.79
+63 more occupation rates in this WD
Davis-Baconstate match
AK20260006 (Rev 0)
Open WD
Published Jan 16, 2026Alaska • Anchorage, Bethel, Bristol Bay +16
Rate
CARPENTER North of 63 Latitude
Base $50.79Fringe $26.32
Rate
South of N63 Latitude
Base $50.79Fringe $26.86
Rate
CEMENT MASON/CONCRETE FINISHER
Base $49.28Fringe $22.28
+35 more occupation rates in this WD
Davis-Baconstate match
AK20260005 (Rev 0)
Open WD
Published Jan 02, 2026Alaska • Bethel, Bristol Bay, Dillingham +9
Rate
POWER EQUIPMENT OPERATOR GROUP 1
Base $53.23Fringe $29.50
Rate
GROUP 1A
Base $55.33Fringe $29.50
Rate
GROUP 2
Base $52.32Fringe $29.50
+31 more occupation rates in this WD
Davis-Baconstate match
AK20260004 (Rev 0)
Open WD
Published Jan 02, 2026Alaska • Anchorage
Rate
CARPENTER (excluding drywall hanging and batt and blown insulation)
Base $15.85Fringe $0.00
Rate
including cement finishing)
Base $21.30Fringe $0.00
Rate
ELECTRICIAN
Base $22.99Fringe $0.00
+7 more occupation rates in this WD

Point of Contact

Name
Mona David
Email
MaRamona.David@dla.mil
Phone
Not available
Name
Allison Higashi
Email
allison.higashi@dla.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
TROOP SUPPORT SUBSISTENCE
Office
DLA TROOP SUPPORT INDO-PACIFIC
Contracting Office Address
Jbphh, HI
96860-3520 USA

More in NAICS 311812

Description

AMENDMENT 1:

Extension of Closing date from 03/20/2027 to 3/27/2027 at 0800 HST. 

______________________________________________________________________________________

DLA TROOP SUPPORT INDO-PACIFIC intends to issue a solicitation and ultimately award an Indefinite-Delivery Indefinite-Quantity (IDIQ) Contract to a commercial firm to supply Fresh Bread and Bakery products to Department of Defense (DoD) and select Non-DoD customers located in Alaska AOR. The contract will require delivered price for all items and for all tiers.

Offerors must currently be a commercial distributor of fresh bread and bakery products and capable of performing direct delivery to military installations and other federal customers in Alaska and its AOR in accordance with the Statement of Work (SOW). The contractor will be responsible for maintaining quality assurance, traceability, timeliness, and compliance with food safety requirements throughout the distribution process.

This acquisition will be conducted under FAR Parts 13, and the Government intends to utilize a lowest price technically acceptable (LPTA) source selection process. Non-price evaluation factors will include Technical Capability, Distribution and Delivery Plan, Quality Assurance and Food Safety Procedures, Catalog Readiness, and Past Performance, in addition to Price. The Government intends to make a single award resulting from this solicitation.

Offerors will be required to submit pricing using the solicitation’s Schedule of Items (Attachment 1). Failure to propose on all required line items may render a proposal technically unacceptable and ineligible for award. As the Government does not intend to conduct negotiations, offerors are strongly encouraged to submit their most competitive and complete proposal in response to the initial solicitation.

Submissions: Please see all attachments. If interested, we strongly encourage submitting all completed documents required. We appreciate and thank you in advance for your offer. Your responses regarding this solicitation are requested back by 08:00PM HST on Friday, March 20, 2026. Please respond via email to the following address:

  • Mona David, MaRamona.David@dla.mil
  • Allison Higashi, Allison.Higashi@dla.mil

Required Documents for Offer:

  1. Signed SF1449 Cover Page – Page 1 of the solicitation must be reviewed and signed by an authorized representative.
  2. Completed Schedule of Items – Offerors are required to complete pricing and distribution tiers for all items listed in the Schedule of Items. Incomplete or partial submissions will not be considered.
  3. Attachment 9 – Contractor Overview Report – Must be completed in full and signed by an authorized representative.

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.