eCommerce Doorstep Delivery Service
ID: HQC005-25-R-0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE COMMISSARY AGENCY (DECA)DEFENSE COMMISSARY AGENCYFORT GREGG ADAMS, VA, 23801-1800, USA

NAICS

Local Messengers and Local Delivery (492210)

PSC

SUPPORT- ADMINISTRATIVE: COURIER/MESSENGER (R602)
Timeline
  1. 1
    Posted Feb 27, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 8:30 PM UTC
Description

The Department of Defense, through the Defense Commissary Agency (DeCA), is seeking proposals for an eCommerce Doorstep Delivery Service to enhance the delivery of commissary supplies to military personnel and their families. The procurement aims to establish reliable delivery solutions across various military commissaries, ensuring efficient logistics and compliance with federal regulations. This service is crucial for maintaining access to essential goods for service members, particularly in locations with limited delivery options. Interested contractors must submit their proposals by April 9, 2025, with the contract expected to commence on May 1, 2025. For further inquiries, potential bidders can contact Ronald Mosley at ronald.mosley@deca.mil or Kristine Castelow at Kristine.castelow@deca.mil.

Files
Title
Posted
Apr 8, 2025, 12:05 PM UTC
The document outlines a CONUS solicitation for delivering commissary supplies to various military bases, encompassing both mandatory and optional delivery locations across the United States. It specifies a comprehensive list of facilities including their addresses, estimated average deliveries per day, and designated states. The solicitation categorizes locations into Central, West, East, and Pacific regions while detailing operational days and pricing structures based on delivery distances. Central ideas include the establishment of delivery schedules, pricing frameworks for distances under and over ten miles, and the necessity for contractors to manage deliveries effectively. The proposal spans multiple years, inviting providers to offer competitive pricing for mandatory and optional locations with logistical requirements that align with military operations. This solicitation serves the purpose of enhancing military supply chain efficiency and providing necessary resources to service members across various installations. The structure consists of detailed tables and breakdowns of pricing, emphasizing the importance of organized delivery systems to maintain operations at the specified locations.
Apr 8, 2025, 12:05 PM UTC
The document outlines Amendment 0003 to a CONUS Solicitation for mandatory and optional delivery locations for military commissaries across various states, including Florida, Louisiana, Alabama, and more. It details each area, commissary site, and average estimated deliveries per day. The list includes explicit addresses for each location, emphasizing the logistical considerations necessary for efficient supply chain management within military operations. The solicitation specifies operational days for deliveries, which vary based on location, and introduces pricing structures for deliveries within specified mile ranges. This amendment serves as a critical framework for contractors to understand their obligations regarding supply logistics for military bases, thus ensuring that servicemembers and their families have reliable access to commissary services. Overall, the amendment is designed to enhance operational efficiency within military supply chains and ensure compliance with government procurement processes, reflecting the ongoing commitment to support military readiness and personnel welfare.
The Small Business Participation Commitment Document (SBPCD) outlines requirements for prime contractors regarding the inclusion of small business participants in federal contracts. It categorizes the contractors as either "Other than Small Business" or "Small Business," with further distinctions into various socioeconomic categories, including Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, and Service Disabled Veteran Owned Small Business. Contractors must provide detailed information about their small business partners, including the name, business category, services or products offered, NAICS codes, and the nature of their commitment, such as letters of commitment or joint ventures. Any changes in the participants must receive prior approval from the Contracting Officer, highlighting the importance of maintaining collaborative agreements and compliance in federal procurement processes. This document is a vital framework for enhancing small business participation in government contracts, supporting economic diversity, and ensuring fair opportunities in federal funding initiatives.
Apr 8, 2025, 12:05 PM UTC
The document pertains to the amendment of a solicitation for eCommerce Delivery Services by the Defense Commissary Agency (DeCA). The key changes include extending the due date for offers from March 31, 2025, to April 4, 2025, and addressing a series of questions raised by potential contractors regarding the solicitation details. The responses clarify operational aspects such as communication preferences for delivery notifications, integration with existing systems, pricing models, customer service expectations, and compliance with labor standards. Offerors can propose alternative pricing models, but these will not impact the evaluation process. Furthermore, contractors are expected to ensure successful delivery to all patrons, including those without conventional addresses, and maintain a robust customer support system. The document underscores DeCA's commitment to enhancing its eCommerce capabilities while ensuring compliance with federal regulations and the efficient delivery of service to military personnel and their families. Overall, it illustrates the complexities involved in government solicitations related to eCommerce services and the importance of clarifying operational requirements for potential vendors.
Apr 8, 2025, 12:05 PM UTC
This document serves as an amendment to a solicitation issued by the Defense Commissary Agency (DeCA) regarding contract HQC00525R0004. The primary purpose of the amendment is to extend the offer submission deadline from April 4, 2025, at 4:30 PM to April 9, 2025, at the same time. This change is intended to provide additional time for potential contractors to submit their offers in light of inquiries received that may necessitate changes to the solicitation. The amendment reaffirms that all other terms and conditions of the solicitation remain unchanged, and it outlines the necessary steps for contractors to acknowledge receipt of the amendment to ensure their offers are considered. These actions are critical in the procurement process, allowing DeCA to refine its solicitation based on feedback from interested parties. The document adheres to federal regulations as prescribed by the General Services Administration (GSA) and outlined in the Federal Acquisition Regulation (FAR).
Apr 8, 2025, 12:05 PM UTC
The document is an amendment for Solicitation HQC00525R0004, adjusting contract terms for eCommerce Delivery Services provided to the Defense Commissary Agency. The amendment extends the period of performance for various Contract Line Item Numbers (CLINs), clarifying payment structures, and detailing changes to the Statement of Work (SOW). It ensures that offerors have corrected pricing sheets and outlines that contractors must begin service at designated locations no later than 31 days post-award. Questions from potential bidders regarding terms, integration timelines, and pricing strategies were addressed, emphasizing the need for affordable delivery solutions. Wage Determination information relevant to the Service Contract Labor Standards is included, indicating that wage adjustments apply every option year. Furthermore, optional locations for future expansion by the government are specified, maintaining flexibility for service growth. This amendment reflects the government's commitment to providing quality services while ensuring compliance.
Apr 8, 2025, 12:05 PM UTC
The document outlines a Request for Proposal (RFP) HQC00525R0004 for eCommerce Delivery Services issued by the Defense Commissary Agency. The proposal submission deadline is set for March 31, 2025, with a contract effective date beginning on May 1, 2025. This solicitation addresses the provision of services aligning with the Performance Work Statement, covering a base year and several option years until April 30, 2030. The proposal emphasizes compliance with federal regulations, including the Federal Acquisition Regulation (FAR), and specifies eligibility for small businesses, including service-disabled veteran-owned and economically disadvantaged women-owned businesses. Key contractual terms focus on delivery specifications, reporting requirements, and ethical conduct. Furthermore, the document stresses the importance of safeguarding federal information systems and outlines compliance with regulations prohibiting certain telecommunications and technology services from entities related to Kaspersky Lab and others deemed a security risk. The RFP illustrates the government's commitment to transparency, ethical standards, and the continued engagement of small businesses in federal contracting processes.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
DLA Distribution Expeditionary Capabilities Contract (DECAP)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the DLA Distribution Expeditionary Capabilities Contract (DECAP), aimed at establishing a contractor workforce capable of rapid global deployment to support various distribution and disposition services. This contract will address urgent needs for military, humanitarian assistance, disaster relief, and other interagency support operations, requiring contractors to provide all necessary personnel, materials, and equipment for simultaneous task orders at multiple sites worldwide. The procurement will be conducted as an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a two-year base ordering period and four optional two-year periods, under NAICS code 561210, with a size standard of $47 million. Interested parties should direct inquiries to Scott Lesh at scott.lesh@dla.mil or David R. Gilson Jr. at david.gilson@dla.mil, and all related documents will be available on the SAM.gov website.
Fats and Bones/Rotisserie Chicken Oil Removal Services; Various Commissaries
Buyer not available
The Defense Commissary Agency (DeCA), a component of the Department of Defense, is seeking qualified contractors to provide Fats and Bones/Oil and Grease Removal Services at three commissaries located in California and other areas within the Contiguous United States. The services required include the lawful pickup, removal, and disposal of various animal and fish by-products, with specific needs for each commissary: Great Lakes will require only fats and bones removal, while Travis and Redstone Arsenal will need both fats and bones and oil and grease removal services. This initiative supports DeCA's mission to deliver quality grocery products at significant savings to military personnel and their families, while also aligning with federal sustainability goals through effective waste management practices. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Marcella Simmons at marcella.simmons@deca.mil or Diana Gross-Bendall at diana.gross-bendall@deca.mil. The contract is expected to span one base year with four optional subsequent years, and further details can be found on the SAM website.
SPE300-24-R-0024 Subsistence Prime Vendor (SPV) Northern Europe
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals for the Subsistence Prime Vendor (SPV) contract to provide food and non-food supplies to military and federally funded customers in Northern Europe. The contract will require the selected vendor to supply a wide range of items, including perishable and semi-perishable food products, beverages, and Food Service Operating Supplies (FSOS), ensuring support for military operations in the region. This procurement is crucial for maintaining the nutritional needs of military personnel and enhancing operational readiness. Interested vendors must submit their proposals electronically by April 15, 2025, and can direct inquiries to Kellie Wimsey at Kellie.Wimsey@dla.mil or Kelly Fidik at Kelly.Fidik@dla.mil.
Solicitation NAFBA1-24-R-0024/Campus Style Dining Venue Concession IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Installation Management Command (IMCOM), is seeking a qualified contractor to establish a Campus Style Dining Venue (CSDV) through a firm-fixed price Indefinite Delivery-Indefinite Quantity (IDIQ) contract. The objective is to finance, design, build, and operate a dining facility at five designated U.S. Army Garrisons, enhancing dining options for Soldiers and their families while promoting health and wellness initiatives. This procurement is crucial for modernizing military dining services, ensuring compliance with Department of Defense nutritional guidelines, and improving overall morale within the military community. 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.
Trash Removal Services Ft Wainwright
Buyer not available
The Department of Defense, through the Defense Commissary Agency (DECA), is seeking qualified contractors to provide trash removal services at the Fort Wainwright Commissary in Alaska. The contractor will be responsible for supplying containers and collecting solid waste, organic waste, and recyclable materials according to a specified schedule, ensuring compliance with local, state, and federal regulations. This procurement is critical for maintaining sanitary conditions at the commissary and is set aside exclusively for small businesses, with a total contract value anticipated to be under the small business size standard of $47 million. Interested vendors should prepare for a Request for Quotes (RFQ) expected to be issued around May 15, 2025, with a closing date of June 16, 2025, and can contact Christina Ellison at christina.ellison@deca.mil or by phone at 804-734-8000 for further information.
Trash Removal Services Camp Lejeune and New River Commissaries
Buyer not available
The Department of Defense, through the Defense Commissary Agency (DECA), is seeking qualified contractors to provide trash removal services at the Camp Lejeune and New River Commissaries in North Carolina. The contractor will be responsible for supplying waste containers, collecting solid, organic, and recyclable waste according to a specified schedule, and ensuring compliance with environmental regulations, including maintaining cleanliness and sanitation during operations. This procurement is crucial for effective waste management within the commissary facilities, emphasizing the importance of adhering to safety and regulatory standards. Interested vendors must be registered in the System for Award Management (SAM) and submit quotes by the tentative closing date of June 17, 2025, with the anticipated award date set for July 2, 2025. For further inquiries, contact Christina Ellison at christina.ellison@deca.mil or call 804-734-8000.
Fresh Milk and Dairy Products Support for DoD Troop Customers in Georgia
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking information from suppliers regarding the provision of fresh milk and dairy products for military customers in Georgia. The procurement aims to establish indefinite quantity contracts to supply fresh dairy items, adhering to strict freshness and quality standards, to various military installations including Fort Benning, Fort Eisenhower, and Fort Stewart. This initiative is crucial for meeting the nutritional needs of military personnel, with a contract performance period from November 16, 2025, to November 11, 2028, and a maximum value of $22.5 million. Interested vendors are encouraged to respond to the attached market research survey by May 3, 2025, and should direct their inquiries to Amy Paradis at amy.paradis@dla.mil or Ronald Booth at ronald.booth@dla.mil.
Pre-Solicitation Notice
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is preparing to solicit a contract for the supply and direct delivery of Bag-In-Box beverage bases, with a focus on carbonated and non-carbonated drinks, including electrolyte and juice drinks containing at least 20% juice. This procurement aims to support both DOD and non-DOD customers, particularly Navy and Coast Guard ships, across the Continental United States (CONUS), Hawaii, Alaska, and Guam. The contract, valued at up to $7 million and set for a duration of fifteen months, will be awarded on a full and open competition basis, requiring successful bidders to provide necessary dispensing equipment and CO2, while the Navy will manage CO2 orders separately. Interested parties should note that the anticipated solicitation release date is April 29, 2025, and further details will be available at Sam.gov. For inquiries, contact Nicholas McDonald at Nicholas.McDonald@dla.mil or Zoraya Wilson at zoraya.wilson@dla.mil.
Solicitation Notice for Market Fresh Milk & Dairy Product support for DLA Troop Support military customers in the State of Virginia (Ft Eustis, Ft AP Hill, Ft Gregg Adams & Langley AFB Area)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for the supply of market fresh milk and dairy products to military customers in Virginia, specifically at Fort Eustis, Fort A.P. Hill, Fort Gregg Adams, and Langley Air Force Base. The procurement aims to provide essential food supplies, including various types of milk and dairy items such as buttermilk, yogurt, sour cream, and cottage cheese, to support military operations and USDA school customers in the region. This solicitation is critical for ensuring the availability of nutritious food options for service members and their families, contributing to overall troop welfare. Interested vendors must submit their proposals by May 12, 2025, at 3:00 PM Eastern Standard Time, and can reach out to Katie Ann Wimsey or James Barr via email for further inquiries.
Solicitation Notice for Fresh Fruit and Vegetable support for DoD Troop and USDA School Customers in the Middle Atlantic Zone
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for an indefinite quantity contract to supply fresh fruits, vegetables, and shell eggs to DoD and USDA school customers in the Middle Atlantic Zone. This procurement is specifically set aside for small businesses, requiring vendors to provide USDA Grade Number 1 or better quality products while demonstrating the capability to source, store, and deliver these items with high customer service standards. The contract, which spans five years, emphasizes compliance with quality and pricing requirements, including the necessity for a valid Perishable Agricultural Commodities Act (PACA) license and Good Agricultural Practices (GAP) certifications. Interested parties must submit their proposals by May 6, 2025, at 3 PM EDT, and can contact Marcus Berenato or James Barr for further information.