In-Store Seafood Market Resale Operations to include Roadshows at Four DeCA Pacific Area Commissary locations in Hawaii
ID: HDEC0224R0002Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE COMMISSARY AGENCY (DECA)DEFENSE COMMISSARY AGENCYFORT GREGG ADAMS, VA, 23801, USA

NAICS

Fish and Seafood Retailers (445250)

PSC

HOUSEKEEPING- FOOD (S203)
Timeline
    Description

    The Defense Commissary Agency (DeCA) is seeking proposals for in-store seafood market resale operations, including roadshows, at four commissary locations in Hawaii: Hickam AFB, Kaneohe Bay MCBH, Pearl Harbor, and Schofield Barracks. The contractor will be responsible for managing seafood operations, ensuring compliance with food safety regulations, and providing a diverse selection of seafood products while achieving patron savings targets of at least 13% compared to local supermarkets. This initiative is crucial for supporting military personnel and their families by offering quality grocery products at reduced prices. Proposals are due by January 21, 2025, at 3:00 PM EST, and interested parties should contact Virginia Kim at virginia.kim@deca.mil or Rodney Wilson at rodney.wilson@deca.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for in-store seafood market resale operations, including roadshows, under the Defense Commissary Agency (DeCA). It emphasizes the role of commissaries in supporting military personnel and their families by providing quality grocery products at reduced prices. The contractor is expected to manage seafood operations, ensuring compliance with food safety regulations, providing customer service, and maintaining efficient operations. Key responsibilities include offering a diverse selection of seafood, achieving patron savings targets, ensuring proper handling of products, and conducting roadshows to increase sales. The contractor must maintain clear communication with the DeCA representatives and manage the quality of operations through a comprehensive Quality Control Plan (QCP). Compliance with local, state, and federal guidelines, including food safety standards and handling practices for perishable items, is imperative. The PWS also outlines management protocols, employee training, emergency procedures, and contractor obligations regarding equipment and supplies. This document serves as a crucial framework for potential contractors to understand their obligations and ensure a high-quality shopping experience for military families while fostering community engagement and support.
    The document outlines various provisions and clauses incorporated by reference in federal contracts, which include standard regulatory requirements for contractors. These clauses cover a range of topics from definitions and limitations on payments, to specific compliance requirements such as the System for Award Management and provisions aimed at preventing conflicts of interest and combating trafficking in persons. Key clauses include requirements for contractor identity verification, maintenance of unique entity identifiers, and obligations concerning environmental management and drug-free workplaces. There are also stipulations related to subcontracting and government property management, ensuring accountability and proper resource utilization. Additionally, it emphasizes cybersecurity measures and the safeguarding of covered defense information. This comprehensive list serves as a reference for federal grant and RFP compliance, ensuring that contractors adhere to established government standards. The overarching purpose of these provisions is to inform potential bidders of the necessary legal and operational framework required to engage successfully with the federal government in various capacities. Overall, these clauses reflect the government's commitment to ethical practices, transparency, and environmental stewardship in its contractual relationships.
    This document outlines key provisions and clauses related to federal government contracts, focusing on service extensions and payment instructions within the Wide Area Workflow (WAWF) system. The first section describes options for the government to extend service performance and the contract term, limited to a maximum of 60 months. It further details the integration of solicitation provisions and clauses by reference, with instructions for offerors to identify and submit necessary information. An essential component is the WAWF Payment Instructions, which delineates the electronic invoicing process, including definitions, access requirements, training, and submission methods. It emphasizes the need for contractors to manage their payment requests accurately and includes specific guidance on document types for various payment scenarios. Additionally, the document hints that the Defense Commissary Agency (DeCA) employs different payment processes for resale operations, further depicting the integration and specificity within federal contracting practices. The content serves as a guideline for contractors engaging with federal agencies, delineating essential procedures for compliance and successful contract management.
    The document outlines a Request for Proposal (RFP) for in-store seafood market resale operations in four DeCA Pacific Area commissaries in Hawaii, specifically at Hickam AFB, Kaneohe Bay MCBH, Pearl Harbor, and Schofield Barracks. The contract spans a base performance period of 24 months, with three optional 12-month extensions available. The contract is performance-based, requiring the contractor to ensure that retail prices are at least 13% lower than comparable local retail outlets within a 10-mile radius. The RFP establishes key performance metrics, which include savings percentages for core and non-core items. Contractors must submit proposed savings percentages for each performance period, including the base year and option years that extend through February 2030. The document emphasizes compliance with labor and material requirements, detailing the contractor's obligations in managing the seafood operations while ensuring patron savings, thereby reinforcing the aim of providing economical services to military families. Overall, the RFP focuses on operational excellence, competitive pricing, and a commitment to the community being served.
    The attachment titled "Wage Determination" relates to the Department of Labor's (DOL) wage standards which are integral to federal and local contracting processes. This document serves as a reference for determining the minimum wages and benefits to be paid to workers employed on government contracts. By outlining wage rates for various job classifications, it ensures compliance with labor laws and promotes fair compensation. Organizations responding to Requests for Proposals (RFPs) or applying for federal grants must consider these wage determinations to align their proposals with legal requirements. This document underscores the government's commitment to uphold equitable labor standards in its contracting processes, aiming to protect workforce interests while fostering economic fairness in government-funded projects.
    The document outlines wage determinations for the position of Food Service Worker (07130) applicable to several locations in Honolulu, Hawaii, as part of a government contract. Effective in 2024, contractors must pay covered employees a minimum of $17.20 per hour, or the corresponding wage determined if higher, in compliance with Executive Order 14026. This order mandates regular annual adjustments to the minimum wage rate. The wage determinations can be accessed online through the specified Department of Labor website. Additionally, further information on contractor responsibilities and worker protections under this Order is available on the Department of Labor's website. The document emphasizes the importance of adhering to updated labor standards in government contracts to ensure fair compensation for workers.
    The document outlines the protocols regarding the posting of contract award information as per the Freedom of Information Act (FOIA) regulations associated with the Defense Commissary Agency (DeCA). It stipulates that any awards resulting from solicitations may be published in DeCA’s electronic reading room, including total contract amounts and specific contract line item pricing, while excluding unexercised option prices. Contract holders are afforded the opportunity to flag any confidential information within 21 days post-award, which the FOIA officer will assess for disclosure decisions. The posting typically occurs at the time of initial contract award and after the final option period unless an interim FOIA request mandates a repost with current pricing. This initiative aligns with the directive to promote transparency in government contracting as encouraged by a presidential memorandum dated January 21, 2009. Overall, the document serves to clarify the roles of contract holders and the agency in maintaining public access to contract information while outlining protocols for confidentiality.
    The Performance Work Statement (PWS) outlines the requirements for operating In-Store Seafood Market Resale Operations, including roadshows, by the Defense Commissary Agency (DeCA) for the Department of Defense (DoD). It underscores the importance of commissaries in providing quality grocery products at cost to military personnel and their families. The document details the roles of key personnel involved, including the Contracting Officer and Category Manager, who oversee compliance and operational success. The contractor is responsible for delivering quality seafood products, managing inventory, and ensuring compliance with federal and DoD regulations concerning food safety. The scope includes guidelines for product procurement, sales growth, customer satisfaction, and maintaining at least a 13% savings on core items. Additionally, it mandates compliance with country of origin labeling and temperature controls for seafood products. It emphasizes engaging patrons through regular promotions and roadshows while ensuring all operations meet quality control standards. The contractor's obligations extend to maintaining proper records, managing personnel training, and executing emergency procedures. This PWS operates as a Performance Based Services Acquisition, allowing contractors flexibility while ensuring essential outcome-focused results for military commissaries.
    This document outlines the delivery addresses and acceptance locations for commissary services related to military installations in Hawaii. It lists four specific locations: Hickam Commissary, Kaneohe Bay Commissary, Pearl Harbor Commissary, and Schofield Barracks Commissary, providing detailed addresses for each site. The document emphasizes the contractor's obligation to coordinate with commissary personnel to ensure proper delivery access to these military facilities. This coordination is critical for meeting the operational needs of the commissaries and adhering to military protocols. Overall, the document serves as an administrative guideline within the context of government RFPs by stipulating logistical details necessary for successful contract execution in support of military personnel.
    The document outlines the requirements for offerors responding to a government solicitation for in-store seafood market resale operations. It specifies detailed instructions on the submissions, focusing on technical descriptions, employee training, cost control, and ensuring patron savings. Offerors must demonstrate relevant experience and competencies, including how to maintain minimum patron savings of 13% on core items compared to local supermarkets, with a target of 25% overall. Moreover, it emphasizes the necessity of quality assurance regarding product sourcing and compliance with regulations, including Hazard Analysis and Critical Control Point plans. Pricing must reflect a firm fixed percentage of savings, and past performance will not be considered. The document also includes guidelines for coordinating site visits, ensuring that potential contractors understand operational requirements and adhere to proper protocols. Overall, the solicitation aims to establish a competitive and efficient seafood resale operation that prioritizes patron satisfaction and regulatory compliance while ensuring cost effectiveness.
    The provided document appears to be a corrupted or partially unreadable dataset, which complicates the ability to ascertain a clear structure or coherent content. Based on the fragmented and distorted information, it loosely relates to federal or state grant solicitations and requests for proposals (RFPs) aimed at addressing various governmental needs and compliance requirements. The file includes references to processes related to grant applications, project assessments, and potential funding opportunities, highlighting key considerations for contractors or applicants aiming to meet governmental standards. It emphasizes the importance of thorough preparation, strict adherence to procedural guidelines, and proactive engagement with regulatory requirements to ensure successful proposal submission. Despite the challenges in extracting detailed insights due to text distortion, the overarching themes suggest a focus on compliance, safety standards, effective proposals, and engagement with stakeholders. Recognizing the context of government RFPs and grants, this document is likely intended to guide entities in navigating the complexities of bid submissions effectively.
    The document outlines specific contractual terms and conditions related to the Defense Commissary Agency (DeCA) under the Federal Acquisition Regulation (FAR) 52.212-4. It emphasizes the use of Delivery Ticket Invoices (DTIs) for payment processes, detailing reconciliation methods and invoice submissions. Key points include the necessity of adhering to teaming arrangements, food inspections performed by Military Food Inspectors for regulatory compliance, and procedures for equitable adjustments based on Department of Labor wage determinations. Furthermore, the contractor performance assessment will be conducted through a manual process as DeCA resale actions are no longer required to be reported electronically. The Enterprise Business Solution (EBS) framework, specifically the Power HQ system, is introduced as a centralized database for product data management. It mandates the contractor to maintain accurate product information for successful transactions at point-of-sale systems. This comprehensive guidance aims to ensure efficient operations, regulatory adherence, and clear communication between contractors and DeCA throughout the contract's lifecycle.
    The document discusses a series of government requests for proposals (RFPs) and funding opportunities at the federal, state, and local levels. It outlines various projects and initiatives aimed at enhancing infrastructure, social services, and community development. The main focus is on soliciting innovative solutions from private entities to address specific governmental needs. Key areas covered include infrastructure improvements, public health initiatives, and community outreach programs, reflecting a commitment to advancing public welfare. Each RFP is accompanied by guidelines on eligibility, submission processes, and evaluation criteria, ensuring transparency and accountability in the allocation of federal and state funds. The document emphasizes collaboration between public and private sectors, encouraging diverse partnerships that leverage local expertise and resources. It serves as a resource for potential bidders, outlining objectives, performance expectations, and compliance requirements to facilitate competitive bidding processes. Overall, this collection of RFPs and grants illustrates the government’s proactive approach to inviting diverse stakeholders to contribute to community betterment and address emerging challenges.
    The document outlines various federal provisions and clauses incorporated by reference relevant to government contracts, particularly for Requests for Proposals (RFPs) and grants. It includes a list of regulatory requirements that contractors must adhere to during contract execution. Key provisions encompass restrictions on gratuities, limitations on influencing federal transactions, identity verification, and labor standards. Additional clauses address subcontractor regulations, small business participation, and safety requirements concerning materials like hexavalent chromium. The document emphasizes compliance with federal laws and guidelines designed to ensure transparency, accountability, and fair labor practices across federal contracts. The comprehensive reference serves as a foundational framework for understanding contractual obligations and maintaining regulatory compliance within government procurement processes.
    The document outlines the provisions and clauses applicable to a federal acquisition for commercial products and services, emphasizing compliance requirements for contractors. It details the necessary Federal Acquisition Regulation (FAR) clauses that must be adhered to, including prohibitions related to privacy, telecommunications security, and small business utilization. The file specifies various requirements such as payment processes, oversight mechanisms, and reporting obligations, particularly focusing on ensuring fair labor standards and subcontractor regulations. Key elements include mandated compliance with labor laws and executive orders, requirements for small business participation, and restrictions on contracting with certain entities. Delivery and performance conditions are also addressed, including the process for ordering supplies and services, which can commence as early as March 2025, and potential extensions of contract terms. Overall, the document serves as a comprehensive guide for bidders and contractors, detailing the legal framework within which they must operate to fulfill federal government contracts while ensuring compliance with established labor and procurement standards. This thorough regulation aims to maintain integrity, transparency, and equitable practices in government procurement processes.
    Similar Opportunities
    BULK DELIVERY (DESIGNATED LOCATION)
    Buyer not available
    The Defense Commissary Agency (DeCA) is conducting a Request for Information (RFI) to identify potential vendors capable of providing eCommerce bulk delivery services across 170 commissary locations in the contiguous United States. The objective is to gather market insights from both small and large businesses that can collectively support bulk delivery operations without subdividing the locations. This initiative is crucial for ensuring efficient logistics and timely delivery of essential goods to military personnel while adhering to federal acquisition guidelines. Interested parties must submit their responses via email by 3:00 PM EST on February 10, 2025, including specific company information and a capability statement, to the designated contacts, Rakeeb I. Craig and Hawanda Steadman.
    Food Service Equipment
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of food service equipment, specifically including a brand name-only Industrial Oven (FISH Model HD80) for use at Pearl Harbor, Hawaii. This procurement is a firm fixed price small business set-aside that requires installation services and mandates a site visit prior to submission. The equipment is critical for operational efficiency and must connect with existing building utilities, with the procurement process allowing submissions from any company capable of meeting the specified requirements. Interested vendors should submit their quotes via DIBBS by March 4, 2025, and are encouraged to contact William Yocum at william.yocum@dla.mil for further information.
    Regional Garrison Food Services IV
    Buyer not available
    The Department of Defense, specifically the Marine Corps Installations Command, is seeking industry feedback for the Regional Garrison Food Services IV contract, which will support food service operations at 27 mess halls on the East Coast and 20 on the West Coast. The procurement aims to ensure high-quality meal preparation, service, and facility management, with contractors responsible for maintaining necessary equipment and adhering to established nutritional standards. This initiative is crucial for providing nutritious meals to Marines while enhancing operational efficiency and food safety. Interested parties are encouraged to submit their capabilities and insights by November 5, 2024, to the designated contacts, Kristina Schneider and Paige Brown, at their respective email addresses.
    FF&V Lanai and Molokai Schools
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support Indo-Pacific is seeking proposals from qualified small businesses to establish a Simplified Indefinite-Delivery Contract (SIDC) for the supply of USDA Grade Number 1 or better quality fresh fruits and vegetables (FF&V) to non-Department of Defense (DoD) USDA school customers on the islands of Lanai and Molokai, Hawaii. The successful contractor will be responsible for sourcing, purchasing, storing, and delivering a variety of FF&V items while maintaining high standards of quality and customer service, with a contract value estimated at $500,000 over a five-year period. This procurement is crucial for enhancing the nutritional offerings in schools, ensuring compliance with USDA regulations, and supporting small businesses in government contracting. Proposals are due by 08:00 AM Hawaii Standard Time on February 12, 2025, and interested parties should contact Floyd Shiroma at floyd.shiroma@dla.mil or Kirk Moser at kirk.moser@dla.mil for further information.
    Request for Information (RFI) SPV Support for Island of Okinawa
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is issuing a Request for Information (RFI) to gather market insights for a potential five-year contract to provide full-service food support for military and federally funded clients on the Island of Okinawa. This procurement aims to source, warehouse, transport, and manage inventory for food and beverages across approximately 65 locations, serving various branches of the military, including the Marine Corps, Air Force, Navy, Army, and Department of State. The estimated contract value is $160 million, and interested vendors are required to submit their responses, including company information and operational capabilities, by February 28, 2025, to the designated DLA contacts, Gwen Garcia and Isaac Bamiteko.
    Eagle Hardware Storefront Services, Warehouse, and Supply Management Kadena AB, Okinawa, Japan
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide storefront services, warehouse, and supply management at Kadena Air Base and other locations in Okinawa, Japan. The contractor will be responsible for managing government-owned property, including tools and maintenance supplies, and ensuring that Eagle Hardware stores remain stocked with essential materials for authorized personnel and Military Family Housing residents. This procurement is critical for maintaining operational efficiency and supporting various maintenance and repair tasks within the military facilities. Interested parties must submit their proposals by February 18, 2025, at 2:00 PM Japan Standard Time, and requests for information are due by February 7, 2025, at 10:00 AM JST. For further inquiries, contact Kurt Stuebs at kurt.stuebs.2@us.af.mil or Marina Joyce Amosin at marinajoyce.amosin.ph@us.af.mil.
    Solicitation NAFBA1-24-R-0024/Campus Style Dining Venue Concession IDIQ
    Buyer not available
    The Department of Defense, through the U.S. Army Installation Management Command, is seeking a qualified concessionaire contractor to establish a Campus Style Dining Venue (CSDV) at five U.S. Army Garrisons. The contractor will be responsible for financing, designing, building, renovating, and operating the dining facility, which aims to enhance dining options for Soldiers and their families while promoting health and welfare initiatives. This procurement is crucial for modernizing dining services within military installations, ensuring compliance with the Department of Defense's nutritional standards. Interested contractors should contact Leslie M. Perez at leslie.m.perez9.naf@army.mil or (520) 674-2370, with proposals due by April 4, 2025, at 4:00 PM CDT.
    Data Center Hawaii Fuel Line Modification
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the modification of fuel lines at the Data Center in Hawaii. The project involves the procurement, installation, and commissioning of new fuel piping and components connecting an existing diesel fuel storage tank to Generator 3. This modification is critical for ensuring the operational efficiency and reliability of the facility's power supply. Interested contractors must submit their proposals by February 14, 2025, and are encouraged to attend a pre-proposal site visit scheduled for February 5, 2025, to gain insights into the project requirements. For further inquiries, potential bidders can contact John M. Ross at john.m.ross138.civ@mail.mil.
    Joint Base Pearl Harbor-Hickam Wave Attenuator Install
    Buyer not available
    The Department of Defense, through the Commander Navy Installations Command, is soliciting proposals for the design and installation of a wave attenuator at Joint Base Pearl Harbor-Hickam in Hawaii. The project entails the complete investigation, surveying, and construction necessary to design and install a 300-foot floating wave attenuator system, which must meet specific environmental and construction standards, including anchoring to the ocean floor and the installation of solar-powered LED lights for marking. This initiative is crucial for enhancing marine operations and mitigating wave impact in the area, with a budget of $2 million and a completion timeline of 360 days. Interested contractors should direct inquiries to A'Keesha Stark at akeesha.r.stark.naf@navy.mil or Nika Maldonado at nika.n.maldonado.naf@us.navy.mil for further details.
    Sources Sought for HSQ MISER SCADA for NAVFAC Hawaii Projects at Joint Base Pearl Harbor-Hickam, Hawaii
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is conducting market research for the procurement of supervisory control and data acquisition (SCADA) hardware and programming labor for projects at Joint Base Pearl Harbor-Hickam, Hawaii. The objective is to identify potential suppliers capable of providing products and services that meet specific performance and approval requirements equivalent to those offered by HSQ Technology, including SCADA programming and the provision of 25 x 86 Logic Processors for integrating new pipeline sensors. Interested parties are invited to submit technical data and specifications by February 5, 2025, at 2:00 p.m. Hawaii Standard Time, to Mr. Dallas Wong at dallas.j.wong.civ@us.navy.mil, with all submissions becoming U.S. Government property and not subject to reimbursement for costs incurred.