36--Printer Consolidation
ID: 89503625QSW000185Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFSOUTHWESTERN POWER ADMINISTRATIONTULSA, OK, 74101, USA

NAICS

Office Machinery and Equipment Rental and Leasing (532420)

PSC

PRINTING, DUPLICATING, AND BOOKBINDING EQUIPMENT (3610)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 9:00 PM UTC
Description

The Department of Energy's Southwestern Power Administration is seeking proposals for a Printer Consolidation project, which involves leasing multifunction printers across various locations in Oklahoma and Missouri. The procurement aims to secure efficient and secure printing solutions, with specific requirements including advanced security features, high print speeds, and on-site repair services. This initiative is crucial for enhancing operational capabilities within government departments while ensuring compliance with federal regulations. Interested vendors must submit their proposals by April 25, 2025, and can direct inquiries to Leroy LeMarr at LEROY.LEMARR@SWPA.GOV or by phone at 918-595-6768.

Point(s) of Contact
Files
Title
Posted
Apr 22, 2025, 1:09 PM UTC
The provided document outlines equipment requirements for a government request for proposal (RFP) involving multifunction printing devices across several locations in Oklahoma and Missouri. It details the necessary specifications for the devices, such as a minimum print speed of 30/30 pages per minute, a monthly duty cycle of 90,000 pages, and advanced security features including AES 256-bit encryption and secure print capabilities. The equipment should support a variety of paper handling functions, including duplex printing and scanning, while maintaining high-quality resolution for both copies and prints. Additionally, it emphasizes the need for on-site repair services within seven business days and mentions specific functionalities like stacking, increased paper capacity, and compatibility with various digital formats. The document serves as a critical reference for potential vendors to ensure compliance with stringent technical requirements and security standards outlined in government contracts. Overall, this RFP aims to procure efficient and secure printing solutions that meet the operational needs of government departments.
Apr 22, 2025, 1:09 PM UTC
The Experience Data Sheet (89503625QSW000185) outlines a contractor's qualifications for a government project related to Managed Print Services, as specified in the associated Performance Work Statement (PWS). It requests detailed information that includes the contractor's name, prior government contract numbers, total pricing, service descriptions, and performance timelines. Additionally, the document seeks verifiable customer references, including points of contact, along with information regarding the work distribution between the prime contractor and any subcontractors. The narrative section requires an explanation of the relevant work completed under previous contracts, specifically in relation to the Managed Print Services project. This format serves to assess the contractor's experience and suitability for fulfilling government RFPs, ensuring compliance with federal requirements and facilitating the selection process for the awarded contract.
Apr 22, 2025, 1:09 PM UTC
The Experience Data Sheet, referenced as 89503625QSW000185, is a structured document designed for contractors to outline their qualifications relevant to a Request for Proposal (RFP) for Mowing Services. It requires the contractor to provide key information such as previous awarded contract numbers, total price, service description, work period, customer details, and the location of performance. Additionally, it delineates how much work was performed by the prime contractor versus a subcontractor. Importantly, the narrative section must clearly articulate how the referenced contract aligns with the mowing services specified in the attached Performance Work Statement (PWS). This document serves as a critical component in the evaluation of a contractor's experience and capability to fulfill the requirements of the RFP, thus influencing contract award decisions in federal, state, and local government contexts. Overall, the Experience Data Sheet facilitates transparency and accountability in securing government contracts by capturing essential contractor data in a standardized format.
Apr 22, 2025, 1:09 PM UTC
The document outlines a government Request for Proposal (RFP) related to service locations and quantities required across several cities. It specifies two options for contract execution, detailing the addresses, quantities, and classifications of services requested, including maintenance, operations, and training across various locations such as Tulsa, Springfield, Nixa, Gore, and Jonesboro. Option Year 2 evaluation includes an additional cost of 50% of the total price to simulate contract exercising scenarios under federal regulation 52.217-8. The structure emphasizes quantity and location of services, with a clear presentation of evaluation criteria that informs potential bidders. The document's purpose is to solicit bids for government services and ensure transparent pricing evaluations by indicating how options will be assessed financially. Evaluators are prompted to consider the potential future costs associated with the options provided, reinforcing the importance of accurate budgeting for contract awarding.
Apr 22, 2025, 1:09 PM UTC
The document pertains to an amendment of a solicitation issued by the U.S. Department of Energy's Southwestern Power Administration (SWPA) regarding Managed Print Services. It outlines the processes for acknowledging receipt of the amendment, including options such as submitting copies with acknowledgment or sending separate communications. Key modifications include clarifications on technical specifications, such as the requirement for customer-removable hard drives and fax capabilities. The amendment addresses several inquiries about pricing structures, historical print volumes, and equipment models, ultimately providing flexible financial options for the service. The period of performance for this contract is specified from June 1, 2025, to May 31, 2028. Overall, the amendment aims to clarify aspects of the solicitation and ensure accurate proposal submissions aligned with the updated requirements.
Apr 22, 2025, 1:09 PM UTC
This document serves as a request for proposals (RFP) for leasing multifunction printers across multiple locations, with a submission deadline set for April 25, 2025, at 1600 CD. The solicitation is awarded on a FOBC Destination basis, adhering to evaluation criteria outlined under provision 52.212-2. Offerors must provide a completed copy of the Offeror Representations and Certifications form and are advised to direct any questions to the designated contract specialist, Leroy LeMarr. The RFP outlines various tasks, including periods of performance for different service locations and includes options for extending services. It emphasizes compliance with federal regulations regarding representation and certifications, particularly concerning covered telecommunications equipment and services. Additionally, it incorporates clauses from the Federal Acquisition Regulation (FAR), requiring adherence to terms related to government contracting and small business provisions. Ultimately, this solicitation reflects the government’s effort to secure necessary multifunction printing capabilities while maintaining compliance with federal standards and promoting participation from eligible businesses.
Lifecycle
Title
Type
Printer Consolidation
Currently viewing
Solicitation
Similar Opportunities
Purchase of 20 Color Printers
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals for the procurement of twenty (20) color laser printers equipped with Common Access Card (CAC) readers for use at Department of Defense (DoD) locations in Korea. The printers must be compliant with the Trade Agreement Act (TAA), support modern operating systems, and meet specific functional characteristics, including a print speed of up to 29 pages per minute and a resolution of 600 x 600 dpi, suitable for installation in vehicles. This initiative is crucial for enhancing operational capabilities while ensuring compliance with stringent security measures, including network functionality and risk mitigation protocols. Interested suppliers must submit their responses, including business details, by April 25, 2025, and can direct inquiries to Joseph D'Arcy at joseph.darcy@dla.mil or David Corvino at david.corvino@dla.mil.
Purchase of 12 HP Color Laser Jet Ent M751dn (Part# T3U44#BGJ) (OR EQUAL) Printers
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking sources for the procurement of twelve HP Color Laser Jet Ent M751dn printers (or equivalent) for the Marine Corps Air Ground Combat Center located in Twentynine Palms, California. The printers must meet specific requirements, including a print speed of up to 40 pages per minute, automatic duplex printing, and the capability to handle various media sizes up to 12x18 inches, with a monthly volume capacity of up to 40,000 pages. This procurement is crucial for maintaining operational efficiency within the military context, ensuring that the necessary printing capabilities are available for various tasks. Interested vendors are encouraged to submit their information, including business details and product specifications, to the designated contacts, Sarah Seltzer and Ernest Gardner, by April 25, 2025, at 5:00 PM EST.
Multi-Function Printer
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide Multifunction Printer services and maintenance for the Elko Southern Bands Health Center in Phoenix, Arizona. The procurement involves the acquisition of four Xerox VersaLink B625/YDN printers, which will include installation, training, parts, labor, and a five-year warranty, ensuring that the service unit owns the printers outright and manages supply costs. This initiative is part of a broader effort to support Indian Economic Enterprises under the Buy Indian Act, with a contract value capped at $34 million, and interested firms must submit their responses by April 30, 2025, to Marilyn Duran at marilyn.duran@ihs.gov or by phone at 916-779-9369.
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.
R--Aerial Photography and Digital Mapping
Buyer not available
Presolicitation The U.S. Department of Energy, Southwestern Power Administration (Southwestern) intends to issue a Request for Quote (RFQ) to aerially photograph and perform digital mapping for its existing transmission line corridors. These corridors include approximately 1106 miles in Missouri, Arkansas, and Oklahoma. The service is typically used to capture aerial images and create digital maps of transmission line corridors. The estimated release date for the solicitation package is on or about July 15, 2011 with quotes being due by August 5, 2011. Contractor registration in the Government's Central Contractor Registry (CCR) is required for eligibility. Contact Tammy Moreno at Southwestern Power Administration for more information.
Office Equipment
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of office equipment and software under Solicitation No W91CRB24CPBWLF, aimed at supporting Foreign Military Sales to Ghana. The procurement includes a variety of commercial items such as APC Back-UPS systems, plotter printers, external hard drives, Microsoft Office software, and various ink and toner cartridges, all essential for enhancing the operational capabilities of the Ghanaian military. This initiative underscores the U.S. government's commitment to military cooperation and compliance with international trade regulations. Interested vendors must submit their proposals by noon EST on May 15, 2025, to the primary contact, Andrew W. Kelly, at andrew.w.kelly.civ@army.mil, as this opportunity is set aside for small businesses only.
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 of 33 MFDs in Australia
Buyer not available
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 period of up to 60 months. The contract includes comprehensive services such as installation, full-service maintenance, user training, and network functionality, with a focus on ensuring high operational standards and compliance with security protocols. This procurement is critical for maintaining efficient document management systems within the DLA's operations, emphasizing the need for reliable and secure equipment. Interested vendors must submit their quotations by April 24, 2025, and are required to have an active Australian Business Number (ABN) to be eligible for consideration. For further inquiries, potential bidders can contact Tyler Bowman at tyler.bowman@dla.mil or David Corvino at david.corvino@dla.mil.
XP POWER SUPPLIES (Model No. HPT5K0TS048)
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking quotes for the procurement of 40 XP Power programmable power supplies, model HPT5K0TS048, through solicitation number 140R8125Q0097. This acquisition is critical as the specified model is the only one that meets the technical requirements necessary for compatibility with the existing Rotor Turning Test Suite (RTTS) system, ensuring efficient hydropower diagnostics. The procurement emphasizes the need for new Original Equipment Manufacturer products, with delivery required within 190 days after receipt of order, and quotes must be submitted by 5:00 PM EST on April 25, 2025. Interested vendors can contact Savanna Manning at smanning@usbr.gov or by phone at 303-445-2432 for further details.
GORE OKLAHOMA VEHICLE MODIFICATION
Buyer not available
The Department of Energy, specifically the Southwestern Power Administration, is seeking proposals for the modification of vehicle E305454, which requires specific accessories to enhance the transportation, protection, organization, and maintenance of operational components and test equipment. This procurement is categorized under the NAICS code 336390, focusing on Other Motor Vehicle Parts Manufacturing, and is essential for ensuring the vehicle's operational efficiency and reliability. Interested vendors can reach out to Salahuddin R. Haessler at salahuddin.haessler@swpa.gov or call 918-480-0043 for further details regarding the solicitation process.