SOURCES SOUGHT
99 -- Syndicated Market Data to fulfill a requirement for Defense Commissary Agency
- Notice Date
- 2/27/2024 12:48:14 PM
- Notice Type
- Sources Sought
- Contracting Office
- IT CONTRACTING DIVISION - PL84 SCOTT AFB IL 62225-5406 USA
- ZIP Code
- 62225-5406
- Solicitation Number
- 842469049
- Response Due
- 3/13/2024 11:00:00 AM
- Archive Date
- 03/28/2024
- Point of Contact
- Karen A. Schroeder, Phone: 618-418-6810, Pamela Yusko
- E-Mail Address
-
karen.a.schroeder4.civ@mail.mil, pamela.yusko@deca.mil
(karen.a.schroeder4.civ@mail.mil, pamela.yusko@deca.mil)
- Description
- The Defense Commissary Agency (DeCA) is seeking information from industry to assist with the development and planning of a potential new requirement. THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. 1. Overview/Purpose/ Description of Procurement The DeCA operates� 235 commissaries for the Department of Defense (DoD) �in� thirteen countries, including the United States (U.S.) and two territories with a legislative responsibility to provide commissary patrons with baseline savings as compared to commercial grocery prices. �Identifying savings based on a comparison of prices charged by commissaries with prices charged by relevant local competitors.� DeCA�s mission is to provide members of the military services and their families with an effective and efficient network of commissaries, providing groceries and household products at the lowest practical price and highest quality.� DeCA is seeking access to a comparison data portal that provides commercial marketplace data for the continental United States (CONUS), including Alaska and Hawaii, and outside the continental United States (OCONUS). 2. Scope of Effort The DeCA has a need to measure its performance against the commercial marketplace for CONUS, including Alaska and Hawaii, and OCONUS commissary locations to identify industry trends and growth opportunity, establish competitive benchmarks, and compare prices charged by commissaries with prices charged by relevant local competitors, and representing a market basket savings. 3. Technical Characteristics The comparison data portal access should include, but is not limited to, supporting the following key areas: 1.�Point-of-Sale (POS) Scan Data: �For the CONUS, including Alaska and Hawaii and for OCONUS (in all foreign countries and US territories where DeCA operates) the contractor shall provide access to a database of retail POS scan data for all Universal Product Code (UPC)/European Article Number (EAN) assigned food and non-food products, including national brand name and private label/store brand equivalents, and fresh and random weight items in all perishable, semi-perishable, and non-perishable grocery market departments. ???????2.�CONUS and OCONUS Web Scrape Data: �The contractor shall provide DeCA the ability to measure its retail prices for food, inclusive of UPC/EAN assigned and fresh and random weight products, and non-food items in all perishable, semi-perishable, and non-perishable grocery departments against relevant local competitors in the commercial marketplace for all foreign countries and US territories in which DeCA operates. ???????3.�Database of retail grocery panel data: �The contractor shall provide access to a database of retail grocery panel data that includes a representative sample of households of which at least one person is an active-duty member of the military, a military veteran with commissary shopping privileges, or a disabled veteran with commissary shopping privileges. �The panel data shall include a full range of demographic data, shopping behaviors, and shopping metrics. ???????4.�Retail Grocery Competitors: �The contractor shall provide a tool to track retail grocery competitors within a specified distance, for CONUS, including Alaska and Hawaii, and OCOUNS commissary locations. �The tool shall allow for an individually variable radius to be measured around each commissary location with specific data including, but not limited to, store banner, physical address, store format (i.e., grocery, supercenter, club store), monthly sales by total volume, and monthly sales by grocery volume. 4. Requested Information Please include in your response the following: Please describe in detail the capabilities that the product(s) can deliver for each required technical characteristic (key areas) mentioned above. �Response shall provide description of how the solution can support the enterprise use and technical characteristics. Is the solution commercially available?� What is the brand/title of the solution? What customers currently use the solution? RESPONSE GUIDELINES: Interested parties are requested to respond to this RFI with a white paper. Submissions cannot exceed 10, single spaced, 12-point type with at least one-inch margins on 8 1/2� X 11� page size. The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Responses must specifically describe the contractor�s capability to meet the requirements outlined in this RFI. Oral communications are not permissible. SAM.gov will be the sole repository for all information related to this RFI. Companies who wish to respond to this RFI should send responses via email no later than March 13, 2024 at 2:00 pm (EST) to pamela.yusko@deca.mil, raymond.post@deca.mil, and karen.a.schroeder4.civ@mail.mil. INDUSTRY DISCUSSIONS: The DeCA representatives may choose to meet with potential offerors and hold one-on-one discussions. Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and certification risks. DISCLAIMER: This RFI is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this synopsis. The Government will not reimburse companies for any costs associated with the submissions of their responses. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, �Request for Information or Solicitation for Planning Purposes�, is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked �Proprietary� will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1013f7d24e7a475ebd04304c46844632/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06978947-F 20240229/240227230054 (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 |