This is an Amendment 0001 to previously posted COMBINED SYNOPSIS/SOLICITATION HDEC02-24-R-0002.
This amendment to the solicitation is to correct PWS missing attachments, provisions, and clauses due to system malfuntion.
(i) [NO CHANGE] This is a combined synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; offers are being requested, and a
written solicitation will not be issued.
(ii) [NO CHANGE] Solicitation Number HDEC0224R0002-This solicitation is issued as a Request for Proposal.
(iii) [NO CHANGE] This solicitation document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 2025-01.
(iv) [NO CHANGE] Set-Aside and NAICS Code:
This solicitation is Small Business Set-Aside.
The applicable NAICS Code is 311710
The small business size standard is 750.
(v) [NO CHANGE] The Government anticipates awarding a Firm-Fixed Price (FFP) Requirement Type contract
for the commercial service In-store Seafood Market Resale Operations to include Roadshows
listed in the Contract Line-Item Numbers (CLINs). See Attachment 1.
(vi) [NO CHANGE] Description of Requirements: This acquisition provides for In-store Seafood Market Resale
Operations to Include Roadshows for four commissary locations in Hawaii,
which directly engages the time and effort of a contractor whose primary purpose is to furnish
all personnel, supervision, food products, expendable supplies, and other items unless
otherwise specified necessary to operate a well- stocked seafood market resale operation to
include roadshows offering a variety of items in quantities to satisfy patron demands, ensure
savings, increase sales, and maximize patron satisfaction during normal hours of commissary
operations. For details see Attachment 2 - PWS.
(vii) [NO CHANGE] Place and Period of Performance
The anticipated period of performance is follows:
Base Period (24 months): March 1, 2025 – February 28, 2027
First Option Period (12 months): March 1, 2027 – February 29, 2028
Second Option Period (12 months): March 1, 2028 – February 28, 2029
Third Option Period (12 months): March 1, 2029 – February 28, 2030
See Attachment 3 for Delivery Address, FOB Point and Acceptance Location.
(viii) [NO CHANGE] The FAR provision at 52.212-1- Instructions to Offerors-Commercial Products and
Commercial Services, applies to this acquisition. See addendum to the provision provided in
Attachment 4.
(ix) [NO CHANGE] Evaluation will be based on Technical Capability and Price. Award and Evaluation will be in accordance
with FAR part 13 Simplified Acquisition Procedures based on best value considering technical capability and price.
(x) [NO CHANGE] The provision at 52.212-3, Offeror Representations and Certifications - Commercial
Products and Commercial Services, with Alternate I applies to this acquisition and should be read carefully. See attached
provision (Attachment 5).
(xi) [NO CHANGE] The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and
Commercial Services, applies to this acquisition. See addendum to this clause provided in
Attachment 6.
(xii) [NO CHANGE] The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Products and Commercial Services, applies to this acquisition.
See Attachment 7 for applicable fill-in clauses stated within.
(xiii) [Change] Additional Contract Requirements
The following additional contract requirement(s) or terms and conditions apply to this
acquisition:
See Attachment 8 Provisions and Clauses Incorporated by Reference [Change]
See Attachment 9 Provisions and Clauses Incorporated in Full Text [Change]
See Attachment 10 Wage Determination [Add]
(xiv) Reserved.
(xv) [NO CHANGE] Submit via email signed and dated proposal to Ms. Virginia Kim and Mr. Rodney Wilson at or before:
Date Offers Are Due: January 21, 2025
Time Offers Are Due: 3:00PM Eastern Standard Time (EST)
[Change] The following attachments as referenced are provided as part of this solicitation:
Attachment 1 – CLIN Structure and Price Submission Document
Attachment 2 – Performance Work Statement with Attachments [Change - Attachments Added to Fix System Issue]
Attachment 3 – Delivery Address, FOB Point and Acceptance Location
Attachment 4 – Addendum to FAR provision 52.212-1 Instructions to Offerors-Commercial
Products and Commercial Services
Attachment 5 – FAR clause 52.212-3 Offeror Representations and Certifications - Commercial
Products and Commercial Services, with Alternate I
Attachment 6 – Addendum to FAR clause 52.212-4 Contract Terms and Conditions-Commercial
Products and Commercial Services
Attachment 7 – FAR clause 52.212-5 Contract Terms and Conditions Required To Implement
Statutes or Executive Orders-Commercial Products and Commercial Services
Attachment 8 – Provisions and Clauses Incorporated by Reference [Change]
Attachment 9 – Provisions and Clauses Incorporated in Full Text [Change]
Attachment 10 – Wage Determination [Added as a stand alone document and not included in PWS]
Attachment 11 - Important Information Freedom of Information Act [Deleted - DeCA GC recinded and no longer included in solicitations and contracts]