Printer Consolidation
ID: 89503625QSW000185Type: Solicitation
AwardedJul 1, 2025
$27.7K$27,713
AwardeeJTF BUSINESS SYSTEMS CORPORATION 7370 STEEL MILL DR Springfield VA 22150 USA
Award #:89503625PSW000255
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
    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
    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.
    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.
    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.
    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.
    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.
    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
    Enterprise-Wide Managed Print Services
    Library Of Congress
    The Library of Congress is seeking proposals for an Enterprise-Wide Managed Print Services solution to support its Print Management Program. This procurement includes the lease and maintenance of production equipment, administrative copiers, and reading room solutions, with a focus on establishing a centralized, secure print management system and providing on-site help desk services. The contract will cover a base period of nine months, starting February 1, 2026, followed by four one-year option periods, and emphasizes efficiency, cost reduction, and enhanced user experience for Library staff and researchers. Interested parties can contact Carrie Fairbanks at cfairbanks@loc.gov or Julia Davis at juhan@loc.gov for further details.
    Up to 14 Month Lease for Continued Service of 411 MFDs
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to lease up to 14 months of Multifunction Devices (MFDs) to ensure continued service. This procurement is categorized under the Printing, Duplicating, and Bookbinding Equipment industry, specifically identified by the PSC code 3610. The leased MFDs are crucial for maintaining operational efficiency within the agency's logistics and administrative functions. Interested vendors can reach out to Marissa Jackson at marissa.jackson@dla.mil or by phone at 717-770-8677 for further details regarding the limited source justification attached to this opportunity.
    Up to 10 month lease of 130 MFDs for Japan
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to lease up to 130 multifunctional devices (MFDs) for a period of up to 10 months, along with the necessary maintenance services. This procurement is critical for ensuring efficient printing, duplicating, and binding operations within the agency, particularly in Japan. Interested vendors should note that the opportunity is justified under limited source conditions, emphasizing the specialized nature of the devices required. For further inquiries, potential bidders can contact Tyler Bowman at tyler.bowman@dla.mil or Timothy Danowski at Timothy.Danowski@dla.mil, with phone numbers 717-770-8137 and 717-770-8713, respectively.
    D951-M On-site Services (R-1) (A-1)
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for on-site services through a Multiple Award Task Order Contract (MATOC) under the D951-M (R-1) Umbrella Contract. This solicitation aims to qualify contractors capable of providing a range of services, including copying, printing, scanning, and mailing solutions, at various Federal Government facilities both within the contiguous United States (CONUS) and outside (OCONUS). The awarded contractors will compete for individual task orders, with the Government reserving the right to limit competition when deemed necessary. Interested contractors should designate a single point of contact for task order requests and can find complete specifications and additional details at the GPO's vendor website. For inquiries, contact Lauren Helming at lhelming@gpo.gov or APS/ACS at apsacs@gpo.gov.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for CONUS and Non-Foreign OCONUS DLA Customers
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and provide associated services for DLA customers within the Contiguous United States (CONUS) and non-foreign Outside of the Contiguous United States (OCONUS). The procurement aims to secure MFDs, accessories, maintenance, training, and network services at a flat rate for up to 60 months, with a focus on compliance with stringent security requirements and operational capabilities. Interested companies must submit a capabilities package by December 22, 2025, detailing their qualifications, business size, and relevant experience, while questions regarding the draft Performance Work Statement are due by November 13, 2025. For further inquiries, contact Matthew O’Brien at matthew.obrien@dla.mil or Jennifer DeWease at jennifer.dewease@dla.mil.
    Printer and Toner
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to provide printer and toner supplies through Blanket Purchase Agreements (BPAs). This procurement aims to streamline the acquisition of office supplies essential for supporting various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA program, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    Stratasys F900 3D Printer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of one Stratasys F900 3D Printer, as outlined in the Statement of Work (SOW). This acquisition aims to enhance the existing 3D printing capabilities of the REACT program by adding a machine that will increase throughput by 50.6%, reduce rework, and improve overall shop efficiency for producing aircraft-grade replacement parts using ULTEM 9085 material. The procurement includes the F900 system, validated material licenses, installation, a one-year warranty, and training for personnel, with delivery to Tinker Air Force Base in Oklahoma. Interested vendors must submit their quotes and any inquiries in writing by the specified closing date, and can contact Linsey Laird or Jason Shirazi via email for further information.
    Up to 9 month lease of 175 ONE NET TESTED AND CERTIFIED MFDs in Japan
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to lease up to 175 one net tested and certified multifunction devices (MFDs) for a period of up to nine months in Japan. This procurement aims to fulfill specific operational needs for printing, duplicating, and bookbinding equipment, which are critical for various defense logistics operations. The selected contractor will be responsible for providing these devices, ensuring they meet the necessary certification and testing standards. Interested parties can reach out to Carl Devitz at carl.devitz@dla.mil or by phone at 717-770-2891 for further details regarding this opportunity.
    Centralized Waste Processing System
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for the design, delivery, and installation of a centralized waste processing system at its Secure Production Facility (SPF) located within NASA's Stennis Space Center in Mississippi. The objective is to replace four existing independent waste management systems with a fully automated solution that integrates seamlessly with current production equipment, ensuring the secure handling of waste materials generated during the production of sensitive identification documents. This procurement is critical for enhancing operational efficiency and compliance with stringent security protocols, as any mixing of finished goods with waste could halt production. Interested contractors must submit their proposals by January 12, 2026, following a mandatory site visit on December 2, 2025, and should direct inquiries to Rebecca Nichols at rnichols@gpo.gov. The contract is anticipated to be a Firm-Fixed-Price type, with evaluations based on the best value tradeoff process.
    Request for Proposal PR408353 Continuous Wave Laser Welder Station
    Energy, Department Of
    The Department of Energy, through UT-Battelle, LLC, is soliciting proposals for a Continuous Wave Laser Welder Station under Request for Proposal PR408353, with offers due by December 19, 2025. The procurement aims to acquire a single unit that meets specific technical specifications outlined in the attached documents, which include detailed requirements for the laser station's components and capabilities. This equipment is crucial for advanced welding applications at the Oak Ridge National Laboratory, enhancing operational efficiency and precision in research and development projects. Interested vendors should direct inquiries to Kevin Nelson at nelsonkr@ornl.gov or Terri Cleveland at clevelandtd@ornl.gov, and ensure compliance with all proposal requirements, including representations and certifications, as detailed in the solicitation documents.