Award Justification - Whole Facility Maintenance for DeCA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Defense Commissary Agency (DeCA)
1300 East Ave.
Fort Lee, VA 23801-1800
Post Award Justification Notice for class action request for Whole Facility Maintenance Services for 183 contiguous United States (CONUS), Alaska, Hawaii, Guam, and Puerto Rico.
This notice of the class justification is under the authority of the Multiple-Award Schedule Program modifying the following agency contract orders awarded against General Services Administration (GSA) Multiple Award Schedules (MAS): HDEC0320F0045, HDEC0320F0046, HDEC0320F0047, HDEC0320F0048, HDEC0320F0049, HDEC0320F0050, HDEC0320F0051, and HDEC0320F0052.
Description of Supplies or Services: DeCA requires uninterrupted whole facility maintenance services from January 1, 2026 through December 31, 2026 for 183 CONUS, Alaska, Hawaii, Guam, and Puerto Rico commissary locations from the following MAS service providers: J&J Maintenance, Inc., Jones Lang LaSalle Americas, Inc., and Nelson Refrigeration, Inc.
Authority Cited: 41 U.S.C. 152(3), Competitive Procedures, and 40 U.S.C. 501, Services for Executive Agencies, and Federal Acquisition Regulation 8.405-6.
Supporting Rationale: The long-term solution follow-on requirement pre-solicitation documents experienced an unforeseeable delay. Market research conducted for the follow-on requirement identified common commercial practices with regards to soliciting and awarding competitive acquisitions for whole facility maintenance services essential for potential sources to fully understand the requirement and enable them to propose a competitive fair and reasonable price. As a result, it was necessary for DeCA to delay the solicitation while the information was collected, organized, and incorporated into the pre-solicitation documents, thus delaying timely award of the follow-on requirement.
The sources stated above are incumbents and possess unique knowledge regarding the commissary system’s specific whole facility historical maintenance, repairs and replacements. A transition period would not be required. Services for the maintenance of the commissary facilities are mission critical and cannot be allowed to lapse. At this time, an award to any other source for this short-term period would result in unacceptable delays in fulfilling the requirement and an interruption of mission critical services. The incumbent contractors’ ongoing site familiarity, staffing infrastructure, and successful performance record would prevent transition-related disruptions during this short-term period while the long-term follow-on requirement utilizing full and open competition procedures is being finalized.