This document, "Delivery Schedule v26.1 FOR CONSOLIDATING ORD," is a template for consolidating orders related to various office devices and their consumables. It outlines a range of items, including color multi-function devices, high-yield toners (black, cyan, magenta, yellow), mono and color drum units, waste toner bottles, staple cartridges, and transfer module/fuser kits. All listed devices are network-capable, with unclassified devices offering copy/print/CAC scan/fax functions and classified devices providing copy/print/scan. The document specifies that this schedule is for consolidating orders only, with no dropdowns or automatically populated CLIN fields. Instructions are provided for copying data and pasting values from other delivery schedules. The primary recipient of these items is the NAVFAC Far East, specifically at the NAVFACFE Warehouse Bldg 4328 1F 1 Honcho in Yokosuka-Shi Kanagawa-Ken, Japan 238-0041, under the Navy branch of service. Optional pre-configuration services and training preferences (on-site or online) are available for additional costs.
This government solicitation outlines requirements for procuring six color multi-function laser printers and associated consumables for the U.S. Navy. The devices must be TAA compliant, CAC enabled, Ethernet capable, 110V/60Hz (US Spec), and offer a print speed of 55 ppm or greater, duplex printing, a 130-sheet ADF, four 520-sheet paper trays, and an inline finisher with stapler. Consumables include various high-yield toners, drum units, waste toner bottles, staple cartridges, and transfer module/fuser kits. Delivery will be to CFA Yokosuka, Japan, for onward shipment to PWD Diego Garcia. A one-year warranty is required for items costing $5,000 or more, and the devices must operate on the Navy One-Net system.
This document is a combined synopsis/solicitation (RFQ SP7000-26-Q-1010) issued by the Defense Logistics Agency (DLA) for the purchase of six One-Net Multifunctional Devices (MFDs), toner, and supplies for Diego Garcia (via Japan). The acquisition is unrestricted, with NAICS code 334118. Quotations must include company information, solicitation number, DUNS and CAGE codes, unit and extended prices, technical information, and signed amendments. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) method, considering price, technical acceptability (pass/fail), and past performance. All invoicing will be done through Wide Area Workflow (WAWF), and contractors must complete FAR 52.212-3 and DFAR 252.212-7000 representations and certifications. Quotes are due by January 19, 2025, at 01:00 PM Eastern and should be emailed to emily.myers@dla.mil. The CLIN structure details various MFDs and associated supplies, with all unit prices inclusive of shipping, Smartcard Readers, packaging, and a 1-year warranty. The document also incorporates numerous FAR, DFARS, and DLAD clauses, including requirements for electronic submission of payment requests and receiving reports via WAWF, and detailed guidelines for contractor counterfeit electronic part detection and avoidance systems and sources of electronic parts.
The Defense Logistics Agency (DLA) seeks to procure six One-Net Multifunctional Devices (MFDs) and associated supplies for Diego Garcia, to be delivered via Japan. The MFDs must be TAA compliant, new, and support Windows 10+/macOS 11+ and Microsoft Server 2012+ operating systems. Key device specifications include a minimum print rate of 55 PPM, 1200x1200 DPI print resolution, 600x600 DPI copy resolution, PDF scanning, and floor-standing with wheels. Contractors must provide OEM specification sheets, proposed configurations, and proof of authorized dealership. The procurement also includes various high-yield toners, drum units, waste toner bottles, staple cartridges, and transfer module/fuser kits. Delivery will be to Yokosuka-Shi, Japan, with a minimum one-year OCONUS manufacturer's warranty. Devices must support IPv4, IPv6, and hybrid networks, comply with DISA STIGs, and disable SNMPv1/v2. Hard drives remain government property. Contractors must monitor vulnerability sites and provide remediation, adhering to strict timelines for critical (7 days) and high (21 days) findings. MFDs must be ISO/IEC 15408 certified (Common Criteria) via NIAP-approved criteria and capable of RMF accreditation, including providing devices for vulnerability and STIG testing. A SMARTCARD PKI solution compliant with DODI 8520.03 and NIST FIPS 201 is required for CAC authentication, digitally signing/encrypting emails, and scan-to-file. All proposed devices will undergo DLA testing for 20 business days, with an additional 130 days for ONE-Net approval for Navy networks. Failure to pass testing will result in contract termination. Contractors must comply with NIST Special Publication 800-161 for supply chain risk management, federal/DoD/local installation security regulations, and Section 508 accessibility requirements, submitting a VPAT. A single point of contact is required within three business days of order receipt.