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
    Description

    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.

    Files
    Title
    Posted
    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.
    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.
    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
    Similar Opportunities
    Solicitation for the Defense Commissary Agency (DeCA) Syndicated Data Core Services Capabilities to Continental United States (CONUS) and Overseas Continental United States (OCONUS) Support
    Buyer not available
    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.
    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.
    Grocery Delivery
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W07V Endist Memphis office, is seeking qualified vendors for a grocery delivery contract. This procurement aims to provide essential food supplies, categorized under the NAICS code 311999 for All Other Miscellaneous Food Manufacturing, to support military operations. The goods are crucial for maintaining the health and morale of personnel, ensuring they have access to necessary nutrition. Interested small businesses are encouraged to reach out to Kirk Middleton at kirk.a.middleton@usace.army.mil or Tijuana Harris at Tijuana.M.Harris@usace.army.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    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.
    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.
    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.
    Combined Synopsis/ Solicitation for Fresh Bread & Bakery Products support for DLA Troop Support to military customers in the North Carolina Zone
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for an indefinite quantity contract to supply Fresh Bread & Bakery products to military customers in the North Carolina Zone. The procurement aims to ensure a consistent supply of essential food items, including various types of bread, bagels, muffins, and rolls, adhering to strict food safety and quality regulations. This contract is vital for supporting the sustenance and operational readiness of military personnel, with a contract duration of three years divided into two tiers. Interested vendors must submit their proposals electronically by March 7, 2025, and can contact Joshua Weber at joshua.weber@dla.mil or Amy Paradis at amy.paradis@dla.mil for further information.
    Solicitation NAFBA1-24-R-0024/Campus Style Dining Venue Concession IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Campus Style Dining Venue Concession IDIQ under solicitation number NAFBA1-24-R-0024. This initiative aims to modernize dining options for Soldiers and their families, enhancing health, welfare, and morale while aligning with the U.S. Army's Holistic Health and Fitness initiatives. The selected vendor will be responsible for financing, designing, constructing, operating, and maintaining the dining venue, with a focus on providing nutritious food options and advanced technologies such as online ordering. Interested parties should contact Leslie M. Perez at leslie.m.perez9.naf@army.mil or (520) 674-2370 for further details, and must submit their proposals by April 4, 2025, at 4:00 PM CDT.
    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.
    Vending Machine Services
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking a contractor to provide vending machine services for its Special Operations Division (SOD) employees located in Chantilly, Virginia. The contractor will be responsible for supplying two drink/food coolers and a small packaged food stand, enabling employees to conveniently purchase prepared and packaged food and beverages during business hours. This initiative is crucial for supporting employee welfare and ensuring access to quality food options within a secure environment, while the contractor will manage all aspects of product selection, pricing, and sales transactions in compliance with relevant regulations. Interested vendors must submit their responses to Kenny J. Douangmala at Kenny.J.Douangmala@dea.gov by December 6, 2024, at 10:00 AM EST, and should be registered in the System for Award Management (SAM) to be considered for this opportunity.