The document details a comprehensive catalog of retail display and signage products, likely for grocery or deli environments, originating from a company located at 37 Ironia Road, Flanders, NJ. The catalog includes various channel strips (1-slot, 2-slot, 4-slot, 6-slot, 8-slot) with options for clip-on or double-sided tape mounting, designed for displaying item information. It features "Modern Flip Numbers" sets for 1-slot and 2-slot channels, and "PhotoReal Light" and "Photo Produce" item insert sets, some with extensive item counts and "Buying Tip Information." The catalog also lists "ChalkArt" panels and item insert kits for meat and seafood, covering various promotional themes like "Black Angus," "Buy Select & Save," "Choose Chicken!," and "Go Lean with Protein." Additionally, the document includes sign frames, sign protectors in various sizes, storage carts and covers, and specialized organic signage such as USDA Organic Blade Signs and Sunburst Organic Headers. Contact information for the supplier is consistently provided throughout the document.
This Combined Synopsis/Solicitation (RFQ# HQC00426QE001) is a Request for Quote for commercial products, structured as a 100% Small Business Set-Aside under NAICS Code 339950. The government intends to award a Firm-Fixed Price (FFP) contract for supplies listed in Attachment 2. Quotes are due by December 18, 2025, 4:00 PM ET, and questions by December 1, 2025, 4:30 PM ET, submitted via email to melba.brown@deca.mil and Langston.hines@deca.mil. The anticipated contract period includes a base year (Feb 1, 2026 - Jan 31, 2027) and four option years, extending to January 31, 2031. Quoters must submit pricing for all items and provide past performance references or a statement of no prior experience. Evaluation will be based on three factors: Technical Capability of Product, Price, and Past Performance, with technical and past performance being equally important to price when combined.
This government solicitation, numbered HQC00426QE0010001, is a Women-Owned Small Business (WOSB) Request for Quote (RFQ) issued by the Defense Commissary Agency for meat and produce signage. The contract includes an initial period and four option periods, with estimated quantities of signage ranging from 7,000 to 9,000 units per period, to be used in various commissaries across CONUS, Alaska, Hawaii, Puerto Rico, and OCONUS. Commissaries will order using Government Purchase Cards (GPC). The document details packaging and marking requirements for both CONUS and OCONUS shipments, including specific delivery instructions and points of contact for different regions (Europe/Puerto Rico/Guantanamo Bay and Japan/Guam/Korea). It also outlines contract administration data, including DFARS clauses for electronic submission of payment requests via Wide Area WorkFlow (WAWF) and item unique identification. Additionally, the solicitation incorporates numerous FAR and DFARS clauses by reference and full text, covering areas such as small business subcontracting, labor standards, environmental protection, and prohibitions on certain foreign procurements and telecommunications equipment, with a total contract duration not to exceed 66 months.
This amendment to solicitation HQC00426QE001 modifies a contract with the Defense Commissary Agency (DeCA), issued on December 17, 2025. Key changes include extending the response due date from December 18, 2025, to January 31, 2025. It also significantly increases the estimated quantities for several line items (0001, 1001, 2001, 3001, 4001) by 7,000, 7,000, 8,000, 8,000, and 9,000 units, respectively, all for Product Service Code 9905 (Personal Property). The amendment adds detailed delivery information for overseas shipments to OCONUS locations (Europe/Puerto Rico/Guantanamo Bay and Japan/Guam/Korea) via DeCA's Material Management Contract (MMC), specifying packaging, labeling, documentation, and scheduling requirements with points of contact. Additionally, it provides a Q&A section addressing previous contract information (Blance Industries Inc., HDEC0419D0019, $526,330.00), budget, technical specifications (no new design templates or branding available), order management (commissaries place direct GPC orders, no minimum on-hand inventory), packaging, and administrative requirements (technical narrative and past performance summaries required, email submission accepted).
The document outlines a federal Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide meat and produce signage for various commissaries globally. The contract, solicitation number HQC00426QE001, issued by the Defense Commissary Agency, is a firm-fixed-price agreement with four optional extension periods. It incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses covering areas such as electronic invoicing via Wide Area WorkFlow (WAWF), item unique identification, limitation of government obligation, and various socioeconomic and labor standards. The RFP also includes specific clauses for commercial products and services, emphasizing compliance with statutes and executive orders related to business ethics, anti-trafficking, and environmental standards.