Solicitation for Northern Kentucky, West Virginia, Ohio and Indiana Surrounding Area
Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 23, 2026. Industry: NAICS 311999 • PSC 9999.
Market snapshot
Awarded-market signal for NAICS 311999 (last 12 months), benchmarked to sector 31.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 311999
Description
The solicitation SPE300-26-R-0016 has been issued. Northern Kentucky, West Virginia, Ohio and Indiana Surrounding Area The Defense Logistics Agency (DLA) Troop Support Subsistence Directorate intends to solicit for Prime Vendor support for customers in the Northern Kentucky, West Virginia, Ohio and Indiana 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 $30,505,224.37 for a five (5) year period. The guaranteed minimum dollar value is $3,050,522.44. The contract will consist of three tiers with a maximum dollar value of $106,768,285.29 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-0016. The website can be found at https://www.dibbs.bsm.dla.mil/. This solicitation is scheduled to close on February 23, 2026.
DIBBS / DLA Details
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Defense Logistics Agency (DLA) has issued solicitation SPE300-26-R-0016 for Prime Vendor support in Northern Kentucky, West Virginia, Ohio, and Indiana, valued at approximately $30.5 million over five years. This contract permits substantial tiered pricing and is open to all sources under an unrestricted acquisition notice. The award will be evaluated based on Best Value - Lowest Price Technically Acceptable (LPTA) criteria, providing an excellent opportunity for bidders experienced in Federal subsistence items and EDI transactions.
The DLA intends to procure various quantities of subsistence items from the federal catalog for federal agencies in the specified geographic region, ensuring efficient supply and delivery.
- Review solicitation details
- Prepare technical proposal
- Develop pricing for three tiers
- Ensure EDI compliance and translation capability
- Submit proposal before the deadline
- Completed technical proposal
- Pricing tiers documentation
- Evidence of EDI capabilities
- Compliance with LPTA requirements
- Submission of past performance records
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Details on specific subsistence items required
- Clarification on delivery schedule logistics
- Information on the implementation period specifics
- Specific evaluation criteria metrics
- Bulk purchasing or volume discounts availability
- Additional details on EDI transaction formats
- Client contact information for inquiries
- Training or technical support for EDI systems
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.