SOLICITATION NOTICE
D -- Defense Commissary Agency (DeCA) Electronic Shelf Labels (ESL) Solution
- Notice Date
- 6/18/2025 11:33:30 AM
- 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
- 7/16/2025 1:00:00 PM
- Archive Date
- 07/31/2025
- 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
- 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/6455ccf8c92a4bff9b6a21b8bdcd86cd/view)
- Place of Performance
- Address: Fort Gregg Adams, VA, USA
- Country: USA
- Country: USA
- Record
- SN07482280-F 20250620/250618230331 (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 |