Solicitation for the Defense Commissary Agency (DeCA) Syndicated Data Core Services Capabilities to Continental United States (CONUS) and Overseas Continental United States (OCONUS) Support
ID: HC102825R0012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL83SCOTT AFB, IL, 62225-5406, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the Defense Commissary Agency (DeCA) Syndicated Data Core Services, aimed at providing comprehensive grocery retail metrics for both the Continental United States (CONUS) and Outside Continental United States (OCONUS). The procurement seeks qualified contractors to deliver various data services, including point-of-sale (POS) scan information and access to retail grocery panel databases, with a focus on technical compliance and cost-effectiveness. This initiative is critical for enhancing the operational capabilities of DeCA in managing grocery retail data, which supports military personnel and their families. Proposals are due by March 27, 2025, and interested parties should direct inquiries to Holly Sanders at holly.e.sanders.civ@mail.mil or R. DeAnn Mooney at rebecca.d.mooney.civ@mail.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Information Systems Agency (DISA) has provided a proposal template for Offerors responding to a federal Request for Proposal (RFP). This template outlines essential instructions and requirements for submitting cost and pricing proposals. Offerors must ensure compliance with federal regulations, complete the Contract Line Item Number (CLIN) Summary, and maintain traceability of proposed pricing throughout the submission process. The guidance emphasizes the need for precise calculations and prohibits the inclusion of "pricing notes" in the proposal. The document is structured to facilitate clarity in labor categories, subcontractor involvement, and detailed pricing for various tasks related to Syndicated Data services both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS). It includes sections for Base Period and multiple Option Periods to account for potential contract extensions. The Offerors are encouraged to provide supporting documentation and can add additional sheets if necessary to illustrate their pricing breakdown comprehensively. Overall, the purpose of this template is to standardize submissions, ensuring that all necessary information is captured for thorough cost evaluation and contract administration within federal procurement processes.
    The document outlines instructions for completing a Q&A spreadsheet regarding a Request for Proposal (RFP). Specifically, it emphasizes the importance of accurately populating columns designated for page numbers, section/paragraph references, CLIN/Clause/Other designations, and detailed questions, comments, or recommendations related to the RFP. The primary aim is to streamline the inquiry process and ensure clarity and specificity in responses. Participants are instructed to maintain the format provided, highlighting the importance of precision to facilitate sorting and tracking issues raised. This structured approach is crucial in the context of federal RFPs, allowing for effective communication and timely resolutions of inquiries. Overall, the instructions aim to improve the efficiency of the question-and-answer phase related to the RFP.
    The document outlines a Request for Proposal (RFP) from the federal government for a contract identified as HC102825R0012, focusing on the provision of syndicated data services related to grocery retail metrics for both the Continental United States (CONUS) and Outside Continental United States (OCONUS). Proposals are due by March 27, 2025, with various submission guidelines detailed, including the requirement for technical proposals, pricing, and adherence to specific performance work statements (PWS) outlined in several attachments. The evaluation process will consider technical and management factors, with a best value trade-off approach emphasizing both the technical proposal’s compliance with requirements and the associated costs. Offerors are expected to demonstrate their ability to provide various data, including POS scan information, web scrape data, and access to retail grocery panel databases. Factors include technical aspects such as methodology, risk mitigation, and responsiveness to requirements. Key components of the proposal include mandatory compliance with accessibility standards, detailed pricing breakdowns, and identification of any organizational conflicts of interest. The document serves as a comprehensive guideline for potential contractors wishing to participate in this federal procurement process, ensuring contractual obligations align with government standards and expectations.
    Similar Opportunities
    eCommerce Doorstep Delivery Service
    Buyer not available
    The Defense Commissary Agency (DECA) is seeking proposals for an eCommerce Doorstep Delivery Service to enhance the delivery of commissary supplies to various military bases across the United States. This solicitation, identified as HQC00525R0004, requires contractors to provide delivery services in compliance with federal regulations, including the Federal Acquisition Regulation (FAR), and emphasizes the inclusion of small businesses, particularly those owned by service-disabled veterans and economically disadvantaged women. The contract will cover a base year with several option years, running from May 1, 2025, to April 30, 2030, and includes detailed requirements for delivery schedules, pricing structures, and operational logistics to support military supply chain efficiency. Interested parties must submit their proposals by March 31, 2025, and can contact Ronald Mosley at ronald.mosley@deca.mil or Kristine Castelow at Kristine.castelow@deca.mil for further information.
    Defense Commissary Agency (DeCA) Commercial Solutions Open (CSO)
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command at Aberdeen Proving Ground, is issuing a Commercial Solutions Opening (CSO) for the modernization of the Defense Commissary Agency's Enterprise Business Systems (EBS 2.0). This initiative aims to enhance operational efficiency and effectiveness in managing commissary services for military families by integrating various business functions, including financial management and supply chain processes. The CSO is a competitive solicitation that will remain open until August 12, 2025, with the possibility of extension, and interested parties must submit a solution brief by October 22, 2024, to be considered. For inquiries, potential offerors can contact Tanya Buttner at Tanya.d.buttner.civ@army.mil or Chere Benson at Chere.v.benson.civ@army.mil.
    Cost-of-Living Data Collection and Analysis
    Buyer not available
    The Department of Defense, through the Defense Human Resources Activity, is seeking proposals for a Cost-of-Living Data Collection and Analysis contract, aimed at supporting the Overseas Cost-of-Living Allowance (OCOLA) and Continental United States Cost of Living Allowance (CONUS COLA) programs. The contractor will be responsible for gathering and analyzing non-housing cost data and market basket prices across various locations, ensuring that service members are fairly compensated in high-cost areas. This initiative is crucial for enhancing the quality of life for over one million military personnel and their families. Proposals are due by March 24, 2025, and interested parties should contact Tameka Laws at tameka.j.laws.civ@mail.mil or Matthew Poole at matthew.c.poole.civ@mail.mil for further information.
    Alaska Prime Vendor (DLA Troop Support Subsistence)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the Alaska Prime Vendor contract (Solicitation SPE300-25-R-0011) to supply subsistence food products necessary for military operations in Alaska. The procurement encompasses a wide range of food items, including sauces, soups, frozen foods, fresh produce, and dairy products, with specific pricing tiers and logistical considerations outlined for distribution across two zones in the region. This initiative is crucial for ensuring efficient food supply management to support military personnel, reflecting the government's commitment to effective logistics and supplier engagement. Interested vendors must submit their proposals by March 13, 2025, and can direct inquiries to Matt DePetris at matthew.depetris@dla.mil or Veronica Faso at veronica.faso@dla.mil.
    SPE300-24-R-0024 Subsistence Prime Vendor (SPV) Northern Europe
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for the Subsistence Prime Vendor (SPV) contract in Northern Europe, identified as SPE300-24-R-0024. This procurement aims to secure a reliable supply of various food and beverage items essential for military personnel, ensuring nutritional needs are met through a structured and compliant sourcing process. The contract is unrestricted, encouraging participation from small businesses, including those owned by women and service-disabled veterans, and emphasizes adherence to federal regulations, including the Iran Sanctions Act. Proposals are due by March 31, 2025, with pre-proposal questions accepted until February 14, 2025. Interested parties can contact Kellie Wimsey at Kellie.Wimsey@dla.mil or Kelly Fidik at Kelly.Fidik@dla.mil for further information.
    Defense Information Systems Agency (DISA) - Sources Sought Notice for Capacity Services Communications
    Buyer not available
    The Defense Information Systems Agency (DISA) is seeking potential sources for its Communication Services Capacity III (CSC III) initiative, aimed at enhancing communication capabilities across various Department of Defense applications. The procurement focuses on scalable communication solutions that ensure high availability rates (99.95% to 99.999%) and includes requirements for project management, technical assistance, and compliance with strict security protocols. This ten-year contract will cover both domestic and international DISA locations, and interested vendors must demonstrate relevant experience and possess Secret Facility Clearances. Responses are due by March 14, 2025, and should include detailed capabilities statements to facilitate future procurement efforts. For inquiries, contact Shaun Bright at shaun.m.bright.civ@mail.mil or Jeremy Markusic at jeremy.d.markusic.civ@mail.mil.
    Full Line Food Distribution For the New Jersey, New York and Eastern and Central Pennsylvania Areas
    Buyer not available
    Presolicitation Notice: Department of Defense (DoD) is seeking a Full Line Food Distribution service for the New Jersey, New York, and Eastern and Central Pennsylvania areas. This service will support customers such as McGuire Air Force Base, Fort Dix, and other federally funded agencies. The service will involve providing various quantities of subsistence items from the 8900 Federal Catalog or their commercial equivalents. The estimated value of the requirement is $79,800,000.00 for Zone 1 (New Jersey, Pennsylvania, and Southern New York) and $33,600,000.00 for Zone 2 (Northern New York). The items will be delivered approximately 60 days after the date of award. The contract will have a base period of up to 24 months, with additional option periods. The acquisition is unrestricted and will be evaluated using Lowest Price Technically Acceptable procedures. All responsible sources may submit a proposal. The solicitation can be found on the DLA Troop Support DIBBS website. The closing date for this solicitation is October 16, 2013.
    Market Ready Grocery Items for Oahu
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support Indo-Pacific, is seeking suppliers for market-ready grocery items to support troops and ships based in Oahu, Hawaii. This initiative aims to identify small businesses capable of providing quality grocery products, including holiday-specific items, with a focus on maintaining freshness and compliance with USDA standards. The contract, valued at a maximum of $1 million, will span from May 15, 2025, to May 14, 2030, and requires vendors to be registered in SAM.GOV and capable of interfacing with the Subsistence Total Order and Receipt Electronic System (STORES) for efficient ordering and invoicing. Interested vendors must respond by March 12, 2025, by submitting a completed Market Research Survey to the designated contacts, Bradley Ah Nee and Kirk Moser.
    Request for Information (RFI) for Fresh Fruit & Vegetable support for DLA Troop Support's DoD and Non-DoD customers located in State of Mississippi
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking information from vendors capable of supplying fresh fruits and vegetables to both DoD and non-DoD customers in Mississippi. The procurement aims to establish a reliable source of nutritious food options, with an estimated total contract value of $49,875,000 over a five-year period, and a performance timeline of 24 months. Vendors will be required to interface with electronic ordering systems, maintain accurate catalogs, and demonstrate past experience with federal contracts. Interested parties must respond to a questionnaire by March 11, 2025, to express their capabilities and interest in fulfilling these requirements. For further inquiries, vendors can contact Joshua Weber at joshua.weber@dla.mil or Matthew Sacca at matthew.sacca@dla.mil.
    Preventive Maintenance and Unscheduled Repairs of Miscellaneous Food Preparation Equipment Washington State Area
    Buyer not available
    The Department of Defense, through the Defense Commissary Agency (DeCA), is seeking contractors for preventive maintenance and unscheduled repairs of miscellaneous food preparation equipment in the Washington State area. The procurement aims to ensure that food processing equipment, such as meat saws, mixers, and ovens, operates according to Original Equipment Manufacturer (OEM) standards, with maintenance activities required quarterly and adherence to safety regulations from OSHA and other authorities. This contract is crucial for maintaining operational efficiency and compliance with health and safety regulations across military commissaries. Interested parties can contact Kyle Aleshire at Kyle.Aleshire@deca.mil or Langston Hines at Langston.Hines@deca.mil for further details.