Loading...
W91ZLK-26-Q-A008
Response Deadline
May 28, 2026, 4:00 PM(EDT)15 days
Eligibility
Contract Type
Presolicitation
Procurement Type: Request for Information
Title: Planograming (POG) Software
Response Date: 28 May 2026 at 12:00 PM Eastern
Primary Point of Contact: Tiffany D. White, Contract Specialist
Birgit M. Jones, Contracting Officer
1.0 Purpose and Introduction
The Army Contracting Command–Aberdeen Proving Ground (ACC-APG), Installation and Technology Division, Aberdeen Proving Ground, Maryland, is issuing this Request for Information (RFI) to conduct additional market research and assess industry capability to meet the Army’s requirement for Planograming (POG) Software in support of the Defense Commissary Agency (DeCA)’s. This is not a solicitation for proposals, a promise to issue a solicitation in the future, or a commitment to purchase any products or services. The information provided in this RFI is subject to change and is not binding on the Government. The Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party’s expense.
The purpose of this RFI is to identify sources capable of providing a comprehensive planning and planogram (POG) management solution that enhances DeCA’s ability to efficiently create, customize, and maintain product assortments across its 235 stores, each with unique layouts and merchandising needs. The desired solution will leverage advanced analytics, real-time data integration, and scalable automation to optimize store space, inventory, and on-shelf availability while reducing the manual workload of Category Management teams. By enabling streamlined workflows, automated store-specific planogram generation, robust reporting, compliance tracking, and collaboration capabilities, the solution will support accurate and timely delivery of POGs, improve operational efficiency, and ultimately drive increased sales and customer satisfaction for DeCA.
2.0 Background
Defense Commissary Agency (DeCA) is a component of the Department of War (DoW) that provides enterprise-wide mission support to all U.S. uniformed services, including the Army, Marine Corps, Navy, Air Force, Space Force, and Coast Guard, in both continental United States (CONUS) and outside of the continental United States (OCONUS) locations. DeCA’s mission is to deliver a vital benefit of the military compensation package that improves quality of life and readiness by providing grocery items at significant savings to military personnel and their families, enhancing their quality of life and readiness. DeCA operates a global system of 235 commissaries across 45 states, 13 countries, and two United States (U.S.) territories, with approximately 3,000 checkout lanes.
DeCA’s Category Management team manages over 200 categories for product assortments for 235 stores. DeCA Category Management spends considerable time manually building and maintaining assortments. This task is further complicated in that each store has a unique layout and a specific set of merchandising needs. DeCA needs an assortment and planning software that can offer real time data analytics, product trackability, user traceability, and dashboard reporting. These system capabilities are necessary functions and processes required to meet the growing demands of DeCA category management.
Additional Information and Submission Details
A copy of the Request for Information will be attached for review from DeCA (Attachment 01).
3.0 Requested Information
Interested parties are requested to provide responses to the following questions. Please be specific and provide sufficient details to demonstrate your capabilities.
This document must address the following items:
3.1 Capability Statement: Interested parties are requested to submit a capability statement that addresses their overall ability to meet the performance objectives defined in section 1.0, as well as the following:
3.1.1 Years in business and experience in providing services to federal or state government entities, including a description of your solution's current presence and adoption within the commercial ecosystem/industry, including examples of existing implementations, client base, and market penetration?
3.1.2 Ability to plan assortments by Country, Region, Cluster, Planogram or Store; within one view?
3.1.3 Automated creation (and tailoring) of store-specific planograms to account for each store having a different layout and size.
3.1.3.1 Will you be able to provide the ability for item locations to be automatically generated across platforms based on store layout and store specific POGs, providing opportunity for item location management and maintenance by the MSC staff?
3.1.3.2 Will you be able to provide full support of extended merchandising needs such as collaboration to allocation, price labels, etc.?
3.1.3.3 Will you be able to support scalable production of large volumes of store‑specific POGs?
3.1.3.4 Will you have the ability to ingest CAD drawings with the simple capability to export floor plans and POGs?
3.1.3.5 Will it have the ability to copy/paste (data, layout, and attributes) between POGs?
3.1.3.6 Will you be able to provide the ability for Space and Floor Planning to support multi-planogram projects?
3.1.3.7 Assortment, space & floor plans must all be integrated into a single database repository with applicable data?
3.1.3.8 Ability for item locations to be automatically generated based on store layout and store specific POGs for the MSC staff to best manage item locations and to share across platforms?
3.1.3.9 Compliance adherence to the POG protocols provided by an (Fast-Moving Consumer Goods) FMCG brand - ensures that the right mix of products are located in the right place, at the right time with accurate merchandising, and brand display fixtures to target the right set of customers?
3.1.3.10 Near real-time data updates from upstream systems?
3.1.4 Do you have the ability to provide compliance tracking methods to ensure stores have implemented planograms such as:
3.1.4.1 POG validation with flexible scoring of generated planograms based on defined metrics and rules
3.1.4.2 Store level planogram Feedback
3.1.4.3 HQ Agency wide feedback report to identify implementation issues across all stores by category.
3.1.5 Ability to manage the library of different fixture types with the ability to build customized fixtures as needed, including ability to provide system support for all in-store merchandising requirements (categories and fixture types including peg boards, chests/coffins, end caps, front end).
3.1.6 Ability for 3D viewing and optimization of store layouts, POGs and facings
3.1.7 Ability to share POGs and collaborate with suppliers, to include import and export capability
3.1.8 Ability to manage the lifecycle and the status of POGs and floor plans through configurable validation of data such as:
3.1.8.1 Auditing and Traceability at user and POG level
3.1.8.2 Configurable roles and rights
3.1.9 Robust analytics and reporting capabilities throughout the POG solution for:
3.1.9.1 Customizable print configuration for planogram layout
3.1.9.2 Ability to print multiple planograms and execute mirror print capabilities when necessary
3.1.9.3 Dashboard Reporting
3.1.9.4 Dynamic reporting to include Ad Hoc custom reports shared across user roles and rights
3.1.10 Ability to provide APIs for importing, exporting, analytics extraction, etc.
3.1.11 Ability to demonstrate seamless, real-time integration with DeCA's current (Ordering & Receiving, Sales Movement) and future (SAP Oracle) Government-furnished environments.
4.0 Response Instructions
Please format your response as a single Portable Document Format (PDF) not to exceed 20 pages. Marketing materials may be included as attachments. In your response, please include the company name, address, CAGE code, UEI number, and a designated point of contact with their title, phone number, and email address. Please indicate your company's business size and any applicable socio-economic statuses. Please indicate any existing government-wide contract vehicles on which your solution and associated services are available (e.g., NASA SEWP V, GSA MAS, etc.).
Responses to this request for information must be received no later than 12:00 p.m. Eastern Standard Time on Thursday 28 May 2026. All submissions in response to this Request for Information shall be transmitted via email to Ms. Tiffany D. White, Contract Specialist, at tiffany.d.white23.civ@army.mil and copy Contracting Officer, Birgit M. Jones, at birgit.m.jones.civ@army.mil .
Tiffany D White
Birgit M. Jones
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
ACC-CTRS
ACC-APG
W6QK ACC-APG DIR
W6QK ACC-APG DIR
INSTALLATION AND TECHNOLOGY DIV
6472 INTEGRITY COURT BLDG 4401
ABER PROV GRD, MD, 21005
PSC
MISCELLANEOUS ITEMS