Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2025 SAM #8642
SOLICITATION NOTICE

D -- Defense Commissary Agency (DeCA) Electronic Shelf Labels (ESL) Solution

Notice Date
7/23/2025 1:03:33 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
IT CONTRACTING DIVISION - PL84 SCOTT AFB IL 62225-5406 USA
 
ZIP Code
62225-5406
 
Solicitation Number
HC108425R0005
 
Response Due
7/28/2025 1:00:00 PM
 
Archive Date
08/12/2025
 
Point of Contact
Kristen Abbott, Phone: 6678909652, Terri Rollins, Phone: 6678915474
 
E-Mail Address
kristen.m.abbott2.civ@mail.mil, terri.l.rollins.civ@mail.mil
(kristen.m.abbott2.civ@mail.mil, terri.l.rollins.civ@mail.mil)
 
Description
AMD 0003 - The purpose of this amendment is to extend the proposal due date to July 28, 2025 at 3:00PM Central Standard Time AMD 0002 - The purpose of this amendment is to extend the proposal due date to July 23, 2025 at 3:00PM Central Standard Time. AMD 0001 - The purpose of this amendment is to answer questions received as illustrated in attached AMD 0001 ""Questions and Answers - HC108425R0005 PDF"". Update the Performance Work Statemement (PWS) to provide clarification as a result of the questions proposed. Update the Travel/Other Direct Costs (ODC) plug numbers for CLIN x019 as illustrated in ""Attachment 2, Total Evaluated Price ESL AMD01"". The proposal due date remains unchanged. The Defense Information Technology Contracting Organization (DITCO) intends to award an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for brand-name, Pricer Electronic Shelf Labels solution in support of the Defense Commissary Agency (DeCA). The procurement will be awarded as a firm-fixed price, single award IDIQ to an authorized reseller of Pricer. The IDIQ period of performance will include a 1-year base period, with four 1-year option periods. Base period: October 1, 2025 � September 30, 2026 Option Period 1: October 1, 2026 � September 30, 2027 Option Period 2: October 1, 2027 � September 30, 2028 Option Period 3: October 1, 2028 � September 30, 2029 Option Period 4: October 1, 2029 � September 30, 2030 Scope: The scope of this effort is to maintain and upgrade the legacy ESL solution deployed at DeCA�s CONUS store locations, including Alaska and Hawaii, the DeCA Test Lab (DLT), and third-party test labs supporting the agency, as well as to provide an avenue for the expansion and support of ESLs to OCONUS store locations. DeCA utilizes both segmented and graphical ESLs in our stores which require simultaneous support of both types of labels, as well as support for future creation of templates to support the various labels. The contractor must maintain all annual hardware maintenance, software licenses, and support of the existing ESL infrastructure for previously purchased proprietary, commercial off-the-shelf, brand-name Pricer ESL software and hardware, other third-party software and hardware such as Windows Operating Systems, and the web-based ordering site of ESL related hardware and equipment already integrated within DeCA�s infrastructure avoiding any disruption to this mission critical function. Additionally, this effort will support the eventual expansion of the Pricer ESL solution to DeCA�s OCONUS store locations. The ESL contractor shall provide a development, test, and integration environment to fully support DeCA�s test and production environments. This requirement is intended to ensure that DeCA�s legacy mission critical business solutions continue to support the agency�s legacy global operations for ESLs. Proposals are being requested from all authorized resellers of Pricer ESLs, and a written solicitation is provided as an attachment to this notice. Award will be made on the basis of proposals conforming to the RFP, price submission, and being an authorized reseller. The Government estimates but does not guarantee that the volume of task orders through this IDIQ will be at the ceiling level specified at award. The Government is obligated only to the extent of authorized task orders actually made under this IDIQ with a minimum guarantee of $2,500. Further information on submission of proposals is provided throughout this document. Please see the attached solicitation and redacted Justification and Approval (J&A) for details on information that must be included with the proposal. Offerors must fill in blocks 30(a), (b), and (c) on page 1 of the solicitation. The CLIN amounts starting on page 3 also need to be completed, the Contractor POC information on page 118, as well as the applicable clauses. Please complete the attached solicitation in its entirety, as well as Attachments 1 and 2, and return to Ms. Kristen Abbott, kristen.m.abbott2.civ@mail.mil, (667) 890-9652 for consideration for award. Responses are due by July 16, 2025 at 3:00PM CST. Please provide your company�s business size, CAGE code, UEI number, and a point of contact.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5ab8a6c6ce714de1ad8bd6226879c971/view)
 
Place of Performance
Address: Fort Gregg Adams, VA, USA
Country: USA
 
Record
SN07520445-F 20250725/250723230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.