Up to 60 month lease of 33 MFDs in Australia
ID: SP7000-25-Q-1029Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO-P NEW CUMBERLANDNEW CUMBERLAND, PA, 17070-5059, USA

NAICS

Office Machinery and Equipment Rental and Leasing (532420)

PSC

PRINTING, DUPLICATING, AND BOOKBINDING EQUIPMENT (3610)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the leasing of 33 Multi-functional Devices (MFDs) in Australia for a term of up to 60 months. The contract includes comprehensive services such as installation, full-service maintenance, user training, and network functionality, ensuring that the devices meet stringent operational and security standards. This procurement is crucial for maintaining efficient document management systems within the DLA's operations, emphasizing high service quality and compliance with the Trade Agreement Act. Interested vendors must submit their quotations by April 24, 2025, and are required to obtain an Australian Business Number (ABN) within 30 days of the order. For further inquiries, contact Tyler Bowman at tyler.bowman@dla.mil or David Corvino at david.corvino@dla.mil.

Point(s) of Contact
Files
Title
Posted
Mar 18, 2025, 3:06 PM UTC
The Defense Logistics Agency (DLA) is soliciting proposals for a contract to lease thirty-three Multifunctional Devices (MFDs) and associated services for up to five years, specifically for operations outside the contiguous United States in Australia. The project encompasses delivery, installation, end-user training, and full-service maintenance for the devices, which must comply with stringent specifications including recyclability, security features, and operational standards. Key requirements mandate that devices be newly manufactured and TAA compliant, equipped with capabilities such as duplex printing, document management, and encryption for security. Devices must support specific network configurations, including both IPv4 and IPv6, and be capable of integrating with DoD security protocols. Contractors are responsible for maintaining device functionality at a minimum of 95% availability, providing timely service and support. Additionally, the lease includes a provision for ongoing training, relocation services, and technical refresh to ensure updated technology. Reports documenting installation, usage, and any device issues will be required for government review. This RFP illustrates the DLA’s commitment to ensuring efficient and secure document handling technology in support of U.S. military operations abroad, while adhering to federal procurement standards.
Apr 24, 2025, 6:09 PM UTC
The Defense Logistics Agency (DLA) is seeking a contract for the leasing of 33 Multifunctional Devices (MFDs) for a term of up to 60 months, specifically located Outside the Contiguous United States (OCONUS) in Australia. The contract encompasses various services including delivery, installation, user training, full-service maintenance, and network functionality, all adhering to the Trade Agreement Act (TAA) compliance and specific functionality requirements. Devices are to be new (not rebuilt), equipped with features such as duplex printing, scanning capabilities, integration with Windows and Mac operating systems, and security provisions for classified operations. Service quality is emphasized with a required availability rate of 95%, prompt repair responses, and the provision of consumable supplies. Additionally, device relocation services and periodic technical refreshes are mandated, along with the obligation to meet stringent network security standards. Reports on installation, training, device usage, and downtime are required for government oversight. This RFP highlights DLA's commitment to maintaining high operational standards and security protocols in its document management systems to support its mission effectively.
Apr 24, 2025, 6:09 PM UTC
The document SP7000-25-Q-1029 outlines a Request for Proposal (RFP) for the leasing of 33 Multifunction Devices (MFDs) across five separate periods. The main contract period spans from July 1, 2025, to June 30, 2030, with options for renewal after the initial lease year. Each period includes monthly quantities and pricing for various models differentiating between SIPR (Secure Internet Protocol Routing) and NIPR (Non-secure Internet Protocol Routing) with specific speed capacities (Mono/Color). The proposal specifies a total of 60 months for each option period and details the quantities and timescales for leasing different models, such as VB-1SC, VB-2NC, and VB-3NC across all periods. Each list shows a structured timeline for execution, indicating the government’s need for reliable, multifunctional equipment for operational efficiency. All pricing is currently listed at $0.00, suggesting it is either under negotiation or pending final evaluation. This document illustrates the federal government's ongoing commitment to maintaining operational infrastructure through strategic leasing contracts in the information technology sector.
Mar 18, 2025, 3:06 PM UTC
The document outlines a series of federal Requests for Proposals (RFPs) pertaining to the acquisition and management of scanning technology for various branches of the U.S. military, predominantly focused on the U.S. Marine Corps and the Air Force within specific facilities in Northern Territory, Australia. Key features include the specifications for different scanning devices, such as Type I, 230V, 50Hz, with a common functionality for scanning to email. Detailed information on the locations for system deployment, including several buildings at Robertson Barracks and Larrakeyah Defence Precinct, is provided, emphasizing logistical requirements like base access. Each entry contains information about the command structure, point of contact, and essential electrical and accessibility specifications for successful implementation. The primary aim is to streamline document processing capabilities within military operations, enhancing communication and operational efficiency across the involved command echelons.
Apr 24, 2025, 6:09 PM UTC
This document outlines a series of Requests for Proposals (RFPs) and operational details for equipment procurement primarily involving scanners for the U.S. military, specifically under the United States Marine Corps (USMC) and the Air Force. Each entry lists crucial information including a unique CLIN number, equipment specifications, and respective Points of Contact (POC). The devices are categorized by their functionalities—such as scan-to-email and scan-to-folder—and specifications indicate Type I devices operating on 230V at 50Hz. The document emphasizes the importance of coordination among military units and clear lines of communication through specified contact details, showcasing contact names, emails, and phone numbers for personnel responsible for operational matters. Furthermore, it also mentions that access passes are required for base and building entry for external personnel. The document's structured format categorizes the requests by unit, reflecting logistical needs and inter-department coordination strategies critical to military operations. Overall, the intention is to streamline the acquisition process to enhance operational efficiency across various military branches.
Apr 24, 2025, 6:09 PM UTC
The document is a Performance Work Statement (PWS) Compliance Form related to the federal solicitation SP7000-25-Q-1013. It represents a vendor’s formal acknowledgment to adhere to all stipulated obligations outlined in the PWS. The only exception noted pertains to section XV, which addresses Supply Chain Risk Management; the vendor has indicated that the required documentation for this section has been submitted alongside their solicitation response. The form includes spaces for vendor identification and signatures, reinforcing the vendor's commitment to compliance while delineating the specific terms related to supply chain risk. Additionally, the form includes a reference to source selection information as per federal acquisition regulations (FAR), emphasizing the importance of confidentiality in the bidding process. This document serves as a formal agreement to comply with project requirements while distinctly noting any deviations, showcasing the procedural and regulatory measures undertaken in federal contracting and procurement.
Apr 24, 2025, 6:09 PM UTC
This document pertains to an amendment of a federal solicitation, detailing the procedures for acknowledging receipt of the amendment prior to submission deadlines. It specifies methods for acknowledgment, such as completing designated items or sending a separate letter or telegram referencing the solicitation and amendment numbers. Strict adherence to these procedures is emphasized, as failure to acknowledge the amendment may result in rejection of offers. Furthermore, this amendment includes an update of essential attachments including the Performance Work Statement, CLIN Structure, Delivery Schedule, and PWS Compliance Form. Additionally, it contains a section for modifying existing contracts, ensuring any changes are documented and remain in adherence to original terms unless specified otherwise. The amendment aims to enhance clarity and provide updated guidelines to contractors for compliance, ensuring that all parties understand their responsibilities and the structure of the solicitation. The overall purpose of this document is to ensure that contractors are fully informed of updates related to the solicitation process and maintain alignment with federal contracting procedures.
Apr 24, 2025, 6:09 PM UTC
The document outlines an amendment related to a federal solicitation, specifically SP7000-25-Q-1029. It details the procedures for acknowledging receipt of this amendment, which must occur before the specified deadline to avoid rejection of offers. The amendment includes instructions for contractors on how to submit changes to offers already submitted and emphasizes compliance with acknowledgment protocols. The main purpose of this amendment is to extend the solicitation close date to April 24, 2025. The document also provides relevant administrative information, such as the contact details for the contracting officer, David Corvino, and the issuing office. Compliance with the terms and conditions remains mandatory, and contractual obligations are documented, ensuring clarity for potential contractors and maintaining procedural integrity in the solicitation process. Overall, this amendment serves to update and clarify essential details in the procurement process, reflecting standard practices in government contracting.
Apr 24, 2025, 6:09 PM UTC
This document amends a federal solicitation, specifically extending the closing date for bids to May 2, 2025, at 12:00 PM. Offers must acknowledge this amendment before the specified deadline through designated methods, including completing specific items on the document or sending a separate communication referencing the solicitation and amendment numbers. The amendment clarifies that if any changes to existing offers are needed as a result of this amendment, they must also be communicated before the deadline. It emphasizes the importance of timely acknowledgment to avoid rejection of offers. The document contains standard sections required in government contracting, detailing the modification's purpose, the contracting officer's information, and the associated codes. Overall, the amendment aims to ensure clarity and adherence to procedural requirements for contractors participating in the solicitation process.
Apr 24, 2025, 6:09 PM UTC
The document is a combined synopsis and solicitation for a Request for Quotation (RFQ) issued by the DLA Information Operations (EMS) Division. It seeks to procure a 60-month lease of 33 multi-functional devices (MFDs) in Australia, including installation, maintenance, and consumable supplies (excluding paper). The contract will be awarded to the vendor providing the lowest priced technically acceptable bid. The RFQ is unrestricted, with an associated NAICS code of 532420 and a small business size standard of $40 million. Key submission requirements include obtaining an Australian Business Number (ABN), a detailed five-part quote submission, and adherence to specific evaluation criteria, emphasizing price, technical capability, and past performance. A reverse auction will occur after initial quotes, with network testing mandated for the awarded vendor. The estimated contract performance period is from July 1, 2025, to June 30, 2030, with significant deadlines for inquiries and quotations set for March 28, 2025, and April 18, 2025, respectively. Overall, this solicitation demonstrates the federal government’s interest in streamlining procurement processes while assuring technical and cost-effectiveness in acquisitions.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Up to 2 month lease of 119 MFDs for OCONUS
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking quotations for the lease of 119 multi-functional devices (MFDs) along with associated maintenance services for a period of up to two months. This procurement, classified under NAICS code 532420, is essential for supporting operational needs and enhancing efficiency in document management within military functions. Interested contractors must submit their proposals by April 28, 2025, with the evaluation based on a Lowest Price Technically Acceptable (LPTA) approach, considering price, technical merit, and past performance. For further inquiries, potential offerors can contact Tyler Bowman at tyler.bowman@dla.mil or by phone at 717-770-8137.
Request for Information (RFI) for an up to 60 months lease of 152 multi-functional devices and services
Buyer not available
The Defense Logistics Agency (DLA) is seeking industry feedback through a Request for Information (RFI) regarding the procurement of 152 Multi-Functional Devices (MFDs) and associated services for the Army Materiel Command, specifically at Redstone Arsenal, AL, Anniston Army Depot, AL, and the Pentagon, Washington D.C. The objective is to establish a Firm Fixed Price (FFP) contract for a 60-month lease of these devices, which will include delivery, end-user training, full-service maintenance, and compliance with federal security standards. This initiative is crucial for enhancing operational efficiency within military communications through modern technology procurement. Interested vendors must submit their responses, including company information and any questions regarding the draft Performance Work Statement, by May 6, 2025, with inquiries due by April 29, 2025. For further details, vendors can contact Arina Zaitseva at arina.zaitseva@dla.mil or Chad Parent at chad.parent@dla.mil.
Korea Single Award IDIQ
Buyer not available
The Defense Logistics Agency (DLA) is seeking industry input for a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract valued at up to $26.3 million for leasing approximately 2,523 multifunctional devices (MFDs) and related equipment in South Korea over a period of up to 60 months. The procurement aims to ensure the provision of new equipment with robust service requirements, including delivery, installation, maintenance, and compliance with cybersecurity measures, to support government operations effectively. This initiative is critical for maintaining operational continuity and security within military contexts, emphasizing the need for reliable and efficient equipment. Interested companies must submit their capabilities packages by May 5, 2025, to the designated contacts, Emily Myers and David Corvino, via email, and all submissions will be treated confidentially.
Up to 60 Month Lease for 1 Multi-Functional Device (MFD) in Djibouti
Buyer not available
Presolicitation Department of Defense is seeking a lease for 1 Multi-Functional Device (MFD) in Djibouti. The MFD is a special industry machinery typically used for various printing, scanning, and copying tasks. For more information, please contact Maria E. Anguiano at maria.anguiano@dla.mil.
DLA Distribution San Joaquin, California (DDJC) Printing Toner
Buyer not available
The Defense Logistics Agency (DLA) is soliciting quotes for Lexmark printing toner (part number 58D0U0G) through a combined synopsis/solicitation, SP3300-25-Q-0171, aimed specifically at small businesses. The procurement seeks to establish a Firm-Fixed-Price contract for the toner, which must meet specified characteristics and be compliant with the Trade Agreements Act (TAA), emphasizing the importance of quality and regulatory adherence in government contracting. Interested vendors should note that the closing date for responses is April 29, 2025, and must ensure compliance with all relevant regulations, including registration with the System for Award Management. For further inquiries, potential offerors can contact Haydyn Obrien at haydyn.obrien@dla.mil or Gomati Poonai at gomati.poonai@dla.mil.
58--MULTIPLEXER
Buyer not available
The Defense Logistics Agency (DLA) is seeking quotes for the procurement of three multiplexers under solicitation number NSN 5895016882747. The contract is set aside for small businesses, specifically under the Total Small Business Set-Aside (FAR 19.5), and aims to deliver the equipment to DLA Distribution within 90 days after order. Multiplexers are critical components in communication systems, facilitating the transmission of multiple signals over a single medium, thereby enhancing operational efficiency. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
DLA Aviation Computed Tomography System
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals for a turn-key, state-of-the-art 7-axis digital radiography computed tomography system under solicitation number SP4703-25-R-0007. The system must meet specific technical requirements, including the ability to scan objects up to 60 inches in diameter and length, and must incorporate advanced imaging capabilities, such as a microfocus x-ray tube and automated control systems. This procurement is crucial for enhancing the DLA's metrology lab, thereby improving quality assurance and safety measures within military logistics. Proposals are due by May 16, 2025, at 2:00 PM EST, and interested contractors must be registered in the System for Award Management (SAM) prior to submission; inquiries should be directed to Allison Douglewicz at allison.douglewicz@dla.mil.
UNIT DEVICE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of unit devices under a fixed-price contract. The primary objective of this solicitation is to ensure compliance with various quality and inspection requirements, including unique identification and valuation of items, as well as adherence to higher-level contract quality standards. These goods are critical for maintaining operational readiness and supporting defense logistics operations. Interested vendors can reach out to Brian Blanco at 215-737-6795 or via email at BRIAN.BLANCO@DLA.MIL for further details, with the solicitation being issued under Emergency Acquisition Flexibilities (EAF).
DDWG - VLM Maintenance - SP3300-25-Q-0067
Buyer not available
The Defense Logistics Agency (DLA) is seeking contractors to provide preventative and corrective maintenance services for Vertical Lift Modules (VLMs) at its distribution center in Warner Robins, Georgia, under solicitation SP3300-25-Q-0067. The procurement involves establishing a hybrid firm-fixed-price and time-and-materials purchase order, with a total estimated value of $75,000, structured over a base year and four optional performance periods. These services are critical for maintaining the operational efficiency of automated storage and retrieval systems, ensuring compliance with federal regulations and enhancing logistics capabilities. Interested contractors must submit their quotes by April 16, 2025, and direct any inquiries to Michael French at michael.s.french@dla.mil.
10--CLAMP ASSEMBLY,MUZZ
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 173 units of the CLAMP ASSEMBLY, MUZZ, under solicitation number NSN 1005015475127. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with a guaranteed minimum quantity of 25 units and an estimated two orders per year. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), emphasizing the importance of these components in military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.