ContractSolicitation

HQC00226QE001 - Third Party Logistics Services for Guam Commissaries

DEPT OF DEFENSE HCQ00226QE001
Response Deadline
Feb 17, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Defense Commissary Agency (DeCA), is soliciting proposals for Third Party Logistics (3PL) services to support commissaries in Guam, specifically for the receipt, storage, handling, transportation, and distribution of dry, refrigerated, and frozen food products to Andersen Air Force Base and Orote Naval Base. The contract will encompass a base year with three option years, requiring contractors to ensure compliance with federal and local regulations while maintaining product integrity and efficient logistics operations. This procurement is critical for maintaining the supply chain for military commissaries, ensuring timely delivery and adherence to food safety standards. Interested parties must submit their proposals by February 17, 2026, and can direct inquiries to Mark Gunn at mark.gunn@deca.mil or Leanna Stith at leanna.stith@deca.mil.

Classification Codes

NAICS Code
493110
General Warehousing and Storage
PSC Code
R706
SUPPORT- MANAGEMENT: LOGISTICS SUPPORT

Solicitation Documents

14 Files
Instructions to Offerors and Evaluation Factor.docx
Word29 KBFeb 3, 2026
AI Summary
This government solicitation outlines instructions for offerors submitting proposals for commercial items, focusing on federal acquisition regulations and DeCA-specific requirements. It details submission procedures, including electronic format, content, and deadlines, emphasizing a firm-fixed-price contract award based on initial quotes. Proposals must address technical capability, staffing, past performance, and price, with specific formatting and page limits for each factor. Offerors must also complete various FAR clauses and, if a large business, submit a small business subcontracting plan. The evaluation prioritizes technical and past performance over price, with the government reserving the right to conduct discussions. The document also specifies conditions for late submissions, withdrawals, and debriefing procedures, ensuring transparency and fairness in the procurement process.
A02 - Performance A02 Performance Work Statement -3PL Guamv7 - 1-20-26.docx
Word53 KBFeb 3, 2026
AI Summary
The Performance Work Statement (PWS) outlines the requirements for Third-Party Logistics (3PL) support for the Defense Commissary Agency (DeCA) in Guam. The contractor will provide comprehensive supply chain management and product distribution services, including receiving, storing, handling, transporting, and distributing dry, refrigerated, and frozen food products to commissaries at Andersen Air Force Base and Orote Naval Base. Key responsibilities include ensuring timely and efficient delivery, maintaining product integrity, and adhering to federal, DoD, and local regulations. The PWS details performance standards for receiving, inspection, storage, inventory, order fulfillment, delivery, empty container management, container tracking, and stock discrepancy reimbursement. It also covers contractor personnel requirements, hours of performance, quality control, safety, security, and accident reporting. The contractor is responsible for all necessary labor, equipment, and certifications, and must comply with various food safety and security regulations.
Solicitation - HQC00226QE001 final 1 20 26.pdf
PDF2237 KBFeb 3, 2026
AI Summary
The document is a solicitation for "Guam 3PL - Dry Chill Frozen Storage and Transportation Services," identified by Solicitation Number HQC00226QE001. Issued by the DEFENSE COMMISSARY AGENCY, it is set aside for Women-Owned Small Businesses (WOSB). The solicitation outlines a base year and three option years for the receipt, storage, and delivery of dry, refrigerated, and frozen containers, with quantities specified for each. It details firm-fixed-unit-prices by container. The document includes labor rates for various positions, such as Warehouse Specialist, Truckdriver, and Administrative Assistant. It also specifies inspection and acceptance at destination (DECA HEADQUARTERS), delivery schedules, and incorporates numerous FAR and DFARS clauses by reference and full text. Key clauses cover electronic payment via Wide Area WorkFlow (WAWF), small business subcontracting, equal opportunity, and limitations on government obligation. Attachments include a Performance Work Statement, Pest Control Inspection Checklist, Container Control Log, Temperature Control Log, and Instructions to Offerors and Evaluation Factors.
Master List - Questions and Response_Amendment 0002_ 10 FEB 2026.xlsx
Excel26 KBFeb 10, 2026
AI Summary
This government file addresses numerous questions and responses related to a Request for Proposal (RFP) for supply chain management services for DeCA (Defense Commissary Agency) in Guam. The primary focus is on logistics, warehousing, and distribution of dry, refrigerated, and frozen food products to Andersen Air Force Base and Orote Naval Base commissaries. Key themes include the contractor's responsibilities for receiving, storing, handling, transporting, and distributing products, inventory accuracy, temperature control, and compliance with various food safety regulations. Many questions seek clarification on compensation for unforeseen circumstances, such as excess capacity, damaged goods, and emergency services, with DeCA consistently directing offerors to incorporate these into their firm-fixed-price (FFP) solutions. The document also clarifies details regarding order placement, delivery schedules, WMS requirements (or lack thereof), and administrative aspects like invoicing and NAICS codes. DeCA emphasizes that the contractor is not responsible for supply and order replenishment or managing the entire supply chain from the initial vendor order.
A15 - Solicitation Amendment 1449 - HQC00226QE0010002 posted to SAM 09 FEB 2026.pdf
PDF2238 KBFeb 10, 2026
AI Summary
This government solicitation, HQC00226QE0010002, issued by the Defense Commissary Agency, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide Guam 3PL Dry, Chill, and Frozen Storage and Transportation Services. The contract includes a base year and three option years, with firm-fixed-unit prices for container handling. Key services include receipt, storage, and delivery of various container types. Labor rates for warehouse specialists, truck drivers, and administrative assistants are provided. The document outlines detailed contract clauses, including FAR and DFARS regulations, payment instructions via Wide Area WorkFlow (WAWF), and specific requirements for inspections, acceptance, and delivery schedules. Attachments include a Performance Work Statement, inspection checklists, and wage determinations, emphasizing compliance and efficient logistics for cold chain management.
A15 - Solicitation - HQC00226QE001-Amendment 0002.final.pdf
PDF1346 KBFeb 10, 2026
AI Summary
The document is Amendment 0002 to Solicitation HQC00226QE001, issued by the Defense Commissary Agency, specifically for Resale Contracting-PSC Non-Brand. The purpose of this amendment is to update the Performance Work Statement (PWS) and other solicitation documents, provide responses to vendor questions, and extend the solicitation due date from February 13, 2026, to February 17, 2026. Key changes include modifications to the North American Industry Classification System (NAICS) code to 493110 and updates to several FAR clauses, including the addition of 52.222-43 (Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment) and 52.222-42 (Statement of Equivalent Rates for Federal Hires). Additionally, various attachments have been updated or added, such as the revised Performance Work Statement, Instructions to Offerors and Evaluation Factors, and a Master List of Questions and Responses. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged.
A02 PerformanceWork Statement-3PL Guam updated on 09 FEB 2026.docx
Word56 KBFeb 10, 2026
AI Summary
The Defense Commissary Agency (DeCA) requires Third-Party Logistics (3PL) support in Guam for receiving, storing, handling, transporting, and distributing dry, refrigerated, and frozen food products to commissaries at Andersen Air Force Base and Orote Naval Base. The contractor must provide all necessary resources, ensure timely and efficient delivery, maintain product integrity, and comply with federal, DoD, and local regulations. Key responsibilities include managing stock discrepancies, maintaining certifications, and adhering to strict performance standards for product receipt, inspection, storage, order fulfillment, and delivery. The contractor is also responsible for container management, quality control, safety, and reporting, with provisions for financial liability in case of damage or loss. The contract outlines clear guidelines for personnel, site access, hours of performance, and emergency protocols, ensuring seamless operations and accountability.
Master List - Questions and Response_Amendment 0002 9 FEB 2026.xlsx
Excel26 KBFeb 10, 2026
AI Summary
This document outlines 105 questions and responses related to a federal government Request for Proposal (RFP) for supply chain management services for the DeCA (Defense Commissary Agency) in Guam. The core purpose of the document is to clarify the scope of work, contractor responsibilities, and evaluation criteria for potential offerors. Key areas of clarification include supply chain tasks (receipt, storage, handling, transport, distribution of DeCA products), inventory management, order fulfillment, warehouse operations (WMS, pallet handling, temperature control), compensation for services (fixed-price, potential for separate CLINs for surge capacity, damage, disposal), insurance, and compliance with regulations (USDA, HACCP, FDA). The document also addresses administrative aspects like NAICS codes, labor rates, transition periods, and invoicing. DeCA clarifies that the contractor is not responsible for supply and order replenishment, and many requirements should be addressed as part of the offeror's proposed solution within a Fixed-Price (FFP) structure. The RFP is for a new requirement with a one-year base period and three one-year options, with an anticipated award date around March 2026.
A15 - Instructions to Offerors and Evaluation Factor _ Amendment 0002 9 FEB 2026.docx
Word29 KBFeb 10, 2026
AI Summary
This government solicitation outlines instructions for offerors submitting proposals for commercial items, specifically focusing on
A15- WD GUAM 2015-5693 ver 26.pdf
PDF102 KBFeb 10, 2026
AI Summary
This government file, Wage Determination No. 2015-5693, outlines the minimum wage rates and fringe benefits for various occupations in Guam, Northern Marianas, and Wake Island under the Service Contract Act. It details hourly rates for administrative, automotive, food service, health, information technology, and other categories. The document specifies health and welfare benefits, including hourly and monthly rates, and notes a separate rate for contracts covered by EO 13706 for paid sick leave. Vacation benefits include two weeks after one year and four weeks after three years of service. Eleven paid holidays are mandated. Special conditions apply to computer employees regarding exemptions and to air traffic controllers and weather observers for night and Sunday pay differentials. Hazardous pay differentials of 4% or 8% are applicable for work with ordnance and explosives, depending on the degree of hazard. Uniform allowances are provided, requiring contractors to cover costs or reimburse employees for uniforms and their maintenance at a rate of $3.35 per week, unless uniforms are
A15 - Solicitation - HQC00226QE001-Amendment 0001.final.pdf
PDF1356 KBFeb 10, 2026
AI Summary
This government document is an amendment to a solicitation/contract, specifically Standard Form 30 (SF30), titled "AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT." The primary purpose of this amendment is to extend the closing date of the solicitation HQC00226QE001 from February 6, 2026, to February 13, 2026. It outlines the procedures for offerors to acknowledge receipt of the amendment, either by completing specific items on the form, acknowledging it on their offer copies, or through separate written or electronic communication. Failure to acknowledge the amendment prior to the specified date and time may result in the rejection of an offer. The document also details how changes to already submitted offers can be made due to the amendment. It specifies that all other terms and conditions of the original solicitation or contract remain unchanged.
Pest Control Inspection Checklist.pdf
PDF138 KBFeb 10, 2026
AI Summary
The document outlines a comprehensive Pest Control Checklist designed to ensure compliance with pest control measures in a facility. It covers various aspects, including the existence of a written pest control plan, engagement with licensed providers, regular service schedules, and strategic placement of monitoring devices. The checklist also emphasizes exclusion measures such as sealing entry points and functional air curtains, alongside rigorous sanitation practices including cleaning procedures, elimination of standing water, and prompt food residue removal. Furthermore, it details proper storage and waste management, mandating products be kept off floors and walls, and waste be regularly contained and disposed of in sealed areas. Employee training on pest awareness and reporting is crucial, with records maintained. Chemical use protocols, including safe pesticide application, restricted area marking, and secure storage, are also covered. The checklist concludes with documentation requirements for all activities, corrective actions, and trend analysis, ensuring a thorough approach to pest control and regulatory compliance.
Container Receiving Log.xlsx
Excel77 KBFeb 10, 2026
AI Summary
The provided government file appears to be a template or checklist for tracking details related to the transportation of goods, likely within a logistics or supply chain context. The document lists various fields for recording information about a 'Van Owner,' 'Van No,' 'Van Size,' 'Notes,' 'TCN' (Transportation Control Number), 'Delivery Date,' 'OffLoad Date,' 'Pickup Date,' 'Voyage #,' 'Vessel,' and '1.Det.Day' (likely a detention day). The repetition of these fields suggests a standardized process for managing multiple shipments or vehicles. Given its context within federal government RFPs, federal grants, or state and local RFPs, this document would likely be used by an agency or contractor to manage the logistics of receiving, distributing, or delivering materials related to a government project, grant, or procurement. It serves as a record-keeping tool to ensure accountability and track the movement of assets or supplies.
Tempature Control Log.xlsx
Excel21 KBFeb 10, 2026
AI Summary
The document is a template for recording logistics and temperature data for shipments delivered to a Third-Party Logistics (3PL) destination. It includes fields for the date, pull number, container number, and temperature recorder number for each shipment. Additionally, it provides sections to log the delivery date, arrival time, and arrival temperature (including an average) at the 3PL facility for various dates. This template is likely used to monitor and track the condition of goods during transit, especially temperature-sensitive items, ensuring compliance and quality control within a supply chain. Its primary purpose is to maintain a detailed record of deliveries to a 3PL, which is crucial for accountability and operational efficiency in government contracts involving logistics and supply chain management.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 20, 2026
amendedAmendment #1· Description UpdatedFeb 3, 2026
amendedLatest Amendment· Description UpdatedFeb 10, 2026
deadlineResponse DeadlineFeb 17, 2026
expiryArchive DateMar 4, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE COMMISSARY AGENCY (DECA)
Office
DEFENSE COMMISSARY AGENCY

Point of Contact

Place of Performance

Piti, Guam, UNITED STATES

Official Sources