Skip to content
Department of Defense

Solicitation/Request for Proposal (RFP) for Subsistence Prime Vendor (SPV) Support for Republic of Korea

Solicitation: SPE30025R0061
Notice ID: 1fe692e8376244bbb1cf3ce42ac64e2f

Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: Korea, South. Response deadline: Jan 06, 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
Korea, South
Contracting office
Philadelphia, PA • 19111-5096 USA

Point of Contact

Name
Gwen Garcia
Email
gwen.b.garcia@dla.mil
Phone
Not available
Name
Donovan Mahoney
Email
donovan.mahoney@dla.mil
Phone
Not available

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

The Defense Logistics Agency-Troop Support (DLA-Troop Support) has issued a solicitation seeking offers for Subsistence Prime Vendor support to military and other federally funded customers located throughout the Republic of Korea. This solicitation is being issued as a 100% Small Business Set-Aside. The Request for Proposal (RFP) #SPE300-25-R-0061, along with the six (6) attchments, is posted on the DLA Internet Bid Boards System (DIBBS). All offers are required to be uploaded to the DLA Internet Bid Boards System (DIBBS). Please visit the DIBBS website to view the RFP in its entirety and to submit your proposal: https://www.dibbs.bsm.dla.mil. The Defense Logisitics Agency-Troop Support (DLA -Troop Support) intends to enter into a Fixed Price Indefinite Delivery Indefinite Quantity Contract (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, frozen meat, frozen poultry, frozen bakery products, and other frozen foods (fruits, vegetables, prepared foods, etc.), dairy and ice cream products, fresh fruits, fresh vegetables, fresh bakery products, beverage base & juices (for dispensers), beverages & juices (non- dispenser), non-food items and Government Furnished Material (GFM) such as Unitized Group Rations (UGR’s), Meals Ready to Eat (MRE’s) Health and Comfort packs (HCP’s) 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 in Korea (i.e. military shore and/or ship facilities, mobile kitchen tents (“MKTs”), ration break points, trailer-transfer points, 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 will be for a 24-month period (inclusive of an up to six-month ramp up period followed by, at least, an 18-month performance period depending on the length of ramp up). The second tier shall be an 18-month performance period immediately following the first tier. The third tier and final tier shall be for an 18-month period immediately following the second tier. The estimated dollar value of this solicitation is $217,500,000.00 inclusive of all tiered pricing periods. The maximum dollar value will be $435,000,000.00 inclusive of all tiered pricing periods and surge requirements. The guaranteed minimum for the entire contract will be ten percent (10%) of the estimated dollar value, which equates to $21,750,000.00. The Government will use Best-Value Continuum Procedures, specifically the Subjective Tradeoff Source Selection Process.

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.