Multi-Functional Devices (MFD)
ID: N0018924Q0526Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Office Machinery and Equipment Rental and Leasing (532420)

PSC

LEASE OR RENTAL OF EQUIPMENT- OFFICE MACHINES, TEXT PROCESSING SYSTEMS, AND VISIBLE RECORD EQUIPMENT (W074)
Timeline
    Description

    The Department of Defense, specifically the Navy's Fleet Logistics Center Norfolk, is seeking qualified vendors to provide leasing services for Multi-Functional Devices (MFDs) and single-function printers, which are essential for operational support within the Navy/Marine Corps. The procurement aims to secure NMCI-certified and JWICS-certified equipment, along with comprehensive technical support and maintenance across various locations in the Hampton Roads area, ensuring compliance with Department of Defense standards and security protocols. This contract, which spans from January 2025 to June 2030, emphasizes the importance of maintaining optimal operational readiness and includes a requirement for all contractor personnel to hold active SECRET security clearances. Interested parties must submit their quotes by 1300 EST on August 28, 2024, and can direct inquiries to Nadia Misa at nadia.misa.civ@us.navy.mil or Samantha Miller at samantha.a.miller77.civ@us.navy.mil.

    Files
    Title
    Posted
    The document is a solicitation for services related to the leasing of Multi-Functional Devices (MFDs) used by the Navy/Marine Corps. The U.S. Government intends to award a single Firm, Fixed-Price (FFP) contract, based on the best value to the Government considering criteria such as Facilities Security Clearance, certifications, and past performance. The request is open to all qualified sources, with a focus on NMCI-certified equipment. The solicitation includes multiple items, like single-function color printers and technical support, required at various military locations through a contract period from January 2025 to June 2030. Quotations are to be submitted electronically by August 28, 2024. Furthermore, bidders must be registered in the System for Award Management (SAM) database to qualify for the contract. The document outlines various line items for different printers, MFDs, and associated technical support, focusing on both classified and unclassified requirements under set specifications.
    The document outlines the solicitation process for a Firm, Fixed-Price (FFP) government contract, defining that vendors must submit their best quotes based on several criteria, including Facilities Security Clearance and Past Performance. Each submission should be structured into five distinct volumes, detailing non-price factors like security clearance and equipment compliance, with Volume V dedicated solely to price details. Evaluation will favor technical and performance aspects over price, though price may ultimately determine the awardee if quotes are closely matched. Critical submission requirements include compliance with formatting guidelines and page limitations, as well as verification of relevant certifications and past performance records. Deadlines for questions and quote submissions are specified, highlighting a commitment to a streamlined evaluation without exchanges or extended discussions. The document emphasizes the importance of small business participation, stipulating goals for subcontracting to various types of small businesses, along with the necessity of a Subcontracting Plan from large contractors. Overall, this solicitation seeks to ensure the best value for the government through a well-defined evaluation process favoring both technical capability and cost-effectiveness.
    The United States Fleet Forces Command is soliciting proposals for leasing Navy Marine Corps Intranet (NMCI) and Joint Worldwide Intelligence Communications System (JWICS)-certified multi-functional devices (MFDs) and single-function printers to support its mission. The contractor is responsible for providing required equipment and technical support, ensuring compliance with Department of Defense (DOD) training requirements, and maintaining SECRET security clearances for personnel. Operations will take place mainly in the Hampton Roads area, involving the maintenance, repair, and support for approximately 267 devices across specified locations. Key requirements include the provision of modern printing technologies, adherence to security standards, and comprehensive technical assistance. The contractor must supply consumable materials (excluding paper), offer on-site technician support, and provide training to staff on MFD operations. Performance metrics will include maintaining equipment uptime, providing monthly reports on troubleshooting incidents, and ensuring that all services adhere to federal quality standards. Furthermore, contractors must comply with security protocols, including employee background checks and training mandated by the government, emphasizing accountability and operational integrity.
    The document is a Past Performance Information Form used by federal and state/local government entities to evaluate an offeror's previous contract performance. It requires the submission of detailed information about the offeror, including the contract number, a description of the work performed, total dollar value segmented by year, and personnel involvement. It emphasizes the importance of demonstrating the relevance of prior work to the solicitation's scope, as well as the involvement of any subcontractors and their contributions. The form is structured to capture critical performance metrics and essential contacts, ensuring comprehensive evaluation of past performance, which is a crucial component in the proposal review process for government contracting. The completion of at least one year of performance prior to the solicitation’s closing is mandatory, enhancing the reliability of the information provided. Overall, this form serves as a vital tool in assessing an offeror’s capabilities and ensuring informed evaluation for contract awards.
    The Quality Assurance Surveillance Plan (QASP) outlines the government's approach to ensuring contractor performance under a Performance Based Service Contract (PBSC) for print services. Its primary purpose is to establish systematic quality assurance methods and ensure the government receives services that meet predefined standards while only incurring costs for acceptable performance. The document defines roles and responsibilities, including those of the Procuring Contract Officer (PCO), Contracting Officer’s Representative (COR), and Technical Representative (TR), each tasked with overseeing the contractor's quality control measures. Surveillance methods include inspections, observations, and progress reports, evaluating key tasks defined in the Performance Work Statement (PWS). Monthly analysis of contractor performance is conducted, categorizing outcomes as exceptional, satisfactory, or unsatisfactory, where satisfactory performance is the minimum acceptable level. Additionally, it outlines documentation and reporting requirements, including performance logs and reports on contract deliverables, ensuring compliance with regulations, including combating trafficking in persons. Overall, this QASP serves as a framework for ongoing contractor evaluation and quality assurance, promoting accountability and effective service delivery aligned with government objectives.
    The Past Performance Report Form is issued by the NAVSUP Fleet Logistics Center Norfolk to assess a contractor's past performance for subsequent contract evaluation. Respondents are required to provide narrative responses addressing key performance areas: quality, timeliness, and responsiveness. The form seeks an overall evaluation of the contractor, including strengths and weaknesses, and feedback on whether the respondent would award contracts to the contractor again. Additional details include inquiries about similar contracted efforts by the contractor and suggestions for other individuals who should receive the questionnaire. This form plays a critical role in the government’s RFP process, aiding in decision-making for future contract awards by collecting structured feedback on contractors’ previous project performance.
    The "Contractor Discrepancy Report" is a formal document addressing discrepancies related to a contractor's performance under a federal contract. The report includes sections for providing specific details of the discrepancy, the contractor's response outlining the cause of the issue and corrective actions taken, and government comments on the contractor's response. This document serves as a tool for communication between the contractor and the government, ensuring accountability and ongoing compliance with contract terms. It formally records concerns and responses, requiring signatures from the Contracting Officer Representative (COR) and the contractor's representative to validate the interactions. This structured approach emphasizes the importance of transparency and effective resolution in government contracting processes, reflecting the broader practices in federal requests for proposals (RFPs), grants, and local contracts to maintain quality and standards in service delivery.
    The Contract Administration Plan (CAP) for fixed-price contracts outlines the roles and responsibilities of various parties involved in contract procurement and administration. The Procuring Contract Office (PCO) handles pre-award activities, Freedom of Information queries, and any changes to contract terms, while the Contract Administration Office (CAO) oversees post-award matters. The Contracting Officer's Representative (COR) acts as the primary liaison with the contractor, managing technical interfaces and ensuring compliance without overstepping into supervision. The COR’s duties include monitoring contractor performance, approving invoices, and completing performance assessments through the Contractor Performance Assessment Reporting System (CPARS). If appointed, a Technical Assistant (TA) supports the COR by identifying deficiencies and reviewing contractor deliverables. This framework aims to create clarity in the contract administration process and maintain the integrity of government contracts, crucial for effective management of federal RFPs and grants at all levels of government. The document emphasizes that any contractual changes must go through proper channels, reinforcing the structured hierarchy of responsibilities.
    The document appears to be a malfunctioning PDF viewer message, providing no substantive content regarding federal RFPs, grants, or local RFPs. Consequently, there is no main topic, key ideas, or supporting details to assess or summarize. The content primarily details the need for an updated PDF reader to access the intended information, lacking any further context or usefulness related to government solicitations or funding opportunities. As such, it does not fulfill the requirements for a project or analysis of government initiatives in this space. Without additional context or data, a comprehensive summary cannot be generated, underscoring the necessity for the actual content to be provided for evaluation.
    The U.S. Fleet Forces Command seeks contractors to provide print services, including leasing NMCI-certified and JWICS-certified Multi-Functional Devices (MFDs) and single function printers for mission support. The contractor's responsibilities include delivering equipment, providing technical support, and ensuring compliance with security clearance and training requirements. Operations will primarily take place in the Hampton Roads area, where an on-site technician will handle maintenance and troubleshooting of devices. The contractor must meet specified printing and copying equipment standards, produce comprehensive support services, and honor approved pricing for the initial contract period. The document emphasizes the necessity for security clearances, adherence to DOD guidelines, and technical training. Essential equipment specifications include capabilities for multiple document processing functions, NMCI and JWICS certifications, and Energy Star compliance. The scope of work focuses on maintaining optimal operational readiness and equipment performance while ensuring strict compliance with security protocols. Overall, the document serves as a detailed request for proposals (RFP) outlining the requirements for providing essential print service solutions to the U.S. government.
    The document addresses a series of questions and answers related to a government procurement for Multi-Functional Devices (MFDs) as part of an open market solicitation. Key points include clarifications on specifications such as the exclusion of analog fax capabilities, the acceptable paper sizes for desktop models, and the types of folding functions required for the devices. It confirms that all contractor personnel must have active secret security clearances, and reaffirms that the procurement is open to all bidders, not limited to small businesses. The government will not sponsor certification for new devices nor extend installation timelines beyond the mandated 15 days post-award. Additionally, it emphasizes that all devices must come from a single manufacturer to ensure compatibility and security across various networks. A deadline extension for vendor questions was granted, showing responsiveness to bidders' needs. The document updates the Performance Work Statement (PWS) multiple times through Amendment 0002, reflecting ongoing adjustments to requirements based on contractor inquiries. Altogether, this document reflects the complexities of government contracting processes, the importance of adhering to security protocols, and the necessity for clear communication to ensure compliance among potential vendors.
    The document outlines responses to questions about a government solicitation for multi-functional devices (MFDs). The primary purpose is to clarify specifications and requirements before bids are submitted. Key points include that analog fax capabilities are not required, desktop models must only accommodate 11x17 paper size, and that contractors must provide all necessary consumable supplies, including staples. Certification for devices is mandatory, and no sponsorship for new models will be provided by the government. Active secret security clearances are required for all personnel involved. The solicitation is an open market offering with specific amendments addressing various requirements, including device functionalities like bi-folding and saddle-stitching. Additionally, the timeline for installation remains firm, despite requests for extension. Vendors are allowed to offer equipment from multiple manufacturers, with an emphasis on meeting specific performance standards. The current contract will expire on December 31, 2024, with a possible extension. Overall, the responses to questions provide critical guidance for prospective bidders regarding compliance and specifications necessary for the procurement process.
    The U.S. Fleet Forces Command (USFF) seeks to lease Navy Marine Corps Intranet (NMCI) and JWICS-certified Multi-Functional Devices (MFDs) and single-function printers for operational support. The contractor is tasked with providing technical support and maintenance across various locations in the Hampton Roads area, ensuring all personnel maintain SECRET security clearances. Equipment specifications require consistent manufacturer branding and compliance with DOD standards, including energy efficiency and security certifications. The contract involves an extensive list of print devices, averaging 267 altogether, with specific categorization based on classification levels (unclassified, classified, top secret). Essential functionalities include meeting rapid technology changes and delivering comprehensive technical support. The contractor's responsibilities also encompass on-site training, maintenance logs, and compliance with detailed performance requirements. Strict adherence to scheduled reporting and security protocols is crucial for contract execution, emphasizing optimum performance and quality control in alignment with USFF’s operational needs. This document outlines the essential framework for fulfilling governmental procurement requirements in print services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Up to 60-Months Lease of 6 Multi-Functional Devices (MFDs) for OCONUS - Kosovo
    Active
    Dept Of Defense
    The US Department of Defense, Defense Logistics Agency (DLA) is seeking quotes for a 60-month lease of six Multifunctional Devices (MFDs) for use in Kosovo, an essential requirement for efficient document management and workflow in remote operations. The agency requires a comprehensive solution covering installation, training, maintenance, and network support services, outlining these specifics in RFQ SP700024Q1059 and its attachments. Angeline Graff and Carl Devitz are the primary and secondary points of contact, respectively, for this opportunity, which is funded up to the value of $750,000. Vendors must submit their quotes through the designated Department of Defense portal by the deadline for receipt of quotes on 27 September 2023 at 1:00 PM EST.
    Up to 60-month lease of 4 multi-functional devices (MFDs) for OCONUS - Norway
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking to enter into a contract for the lease of four multifunctional devices (MFDs) for a period of up to 60 months, specifically for use in Norway, outside the contiguous United States (OCONUS). The procurement includes not only the devices but also associated services such as delivery, installation, end-user training, full-service maintenance, and network functionality and security, with all consumable supplies provided except for paper. These devices are crucial for efficient office operations and document management in a military context. Interested vendors should reach out to Brittany Langletz at brittany.langletz@dla.mil or Carl Devitz at carl.devitz@dla.mil for further details and to ensure compliance with the requirements outlined in the RFQ and associated documents.
    Up to 60 month lease of 8 Multi-Functional Devices (MFDs) ? OCONUS, Estonia, Latvia, Lithuania
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking to enter into a contract for the lease of eight Multifunctional Devices (MFDs) for a period of up to 60 months, to be deployed in Estonia, Latvia, and Lithuania. The procurement includes not only the devices but also essential services such as delivery, installation, end-user training, full-service maintenance, and network functionality and security. These devices are critical for supporting office operations in OCONUS locations, ensuring efficient document handling and processing. Interested vendors should note that the response deadline has been extended to September 23, 2024, at 3:00 PM EDT, and can reach out to Brittany Langletz at brittany.langletz@dla.mil or Carl Devitz at carl.devitz@dla.mil for further inquiries.
    Multi-Function Device (MFD) Production Printer Lease - Amendment00001
    Active
    Labor, Department Of
    The Department of Labor (DOL) is seeking proposals for the lease of a Multi-Function Device (MFD) Production Printer, along with maintenance support services, to support the Office of Workers' Compensation Programs (OWCP). The procurement aims to secure a printer capable of handling a monthly print volume of at least 600,000 pages, adhering to specific operational and security standards, with a contract structured as a Firm-Fixed Price (FFP) purchase order. This initiative is part of the DOL's commitment to modernizing its equipment and enhancing operational efficiency. Interested parties must submit their quotations by the extended deadline of September 18, 2024, at 2:00 PM EDT, and can contact Angela Hyser or Brittany Morrow for further information.
    Up to 60 Month Lease for 1 Multi-Functional Device (MFD) in Djibouti
    Active
    None
    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.
    J074--Attn: AS2B - Copier/Multifunction Printer Maintenance (VA-24-00060389)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting quotes for the maintenance of multifunction copiers and printers under solicitation number 36C10X24Q0395. The procurement aims to secure full-service maintenance for Ricoh printer models, including parts, labor, toner, and consumables, with a firm-fixed-price contract anticipated to span an initial twelve-month period from September 30, 2024, to September 29, 2025, along with two optional one-year extensions. This contract is crucial for ensuring operational readiness and service efficiency within the VA's Law Enforcement Training Center, emphasizing compliance with federal regulations and safeguarding sensitive information. Interested vendors must submit their quotations, including required documentation, by the specified deadlines, and can direct inquiries to Tereshia Burford at tereshia.burford@va.gov or by phone at 202-436-2671.
    Annual Maintenance of Markforged Metal X Printer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is soliciting quotes for the annual maintenance, refurbishment, calibration, and certification of Markforged Metal X 3D Printer Systems. This procurement aims to ensure the operational readiness and reliability of critical equipment over a contract period consisting of one base year, four option years, and an additional six-month option, with services commencing on September 30, 2024. The selected contractor will be responsible for comprehensive service, including the replacement of worn parts and the provision of certification reports, while adhering to stringent safety, environmental, and operations security requirements outlined in associated documents. Interested vendors must submit their quotes by September 20, 2024, to both primary and secondary contacts, Luz Thibeau and Shanna Tamayori, via email, and ensure registration with the System for Award Management (SAM) prior to the award date.
    SMIS Tech Care FY24
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's MSC Norfolk, is seeking to procure warranty and support services for Hewlett Packard Enterprise (HPE) products under a sole source contract titled "SMIS Tech Care FY24." The procurement involves brand name warranties, hardware support, helpdesk services, and software updates for existing HPE equipment, which is critical due to the proprietary nature and compatibility requirements of the technology. This opportunity is justified under the Federal Acquisition Regulation for limited competition, as HPE is the sole provider capable of meeting the specific needs of the existing equipment. Interested parties can reach out to Jordan Farber at jordan.a.farber.civ@us.navy.mil or Christina Burchett at christina.m.burchett.civ@us.navy.mil for further details.
    Flatbed Printer Service Agreement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking proposals for a Flatbed Printer Service Agreement for the EFI Pro 16H printer, with a total award amount of $34,000,000. The contract aims to ensure comprehensive maintenance and support for the printer, which is critical for operational efficiency, including customer service, technical support, and onsite visits as needed. The service agreement will commence on April 1, 2024, and run through September 24, 2025, with options for extensions until September 2029. Interested small businesses, particularly those that are women-owned, economically disadvantaged, or service-disabled veteran-owned, should contact Tonny Mabonga at tonny.mabonga.1.ke@us.af.mil or 228-377-1835 for further details and to ensure compliance with the submission deadlines outlined in the solicitation amendment.
    Computer Monitors & Peripherals
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the procurement of computer monitors and peripherals through a total small business set-aside opportunity. The procurement includes specific brand-name items such as 46 Samsung 32" monitors and 210 Dell 27" monitors, along with various accessories, totaling 566 units, which are essential for supporting the Marine Corps Prepositioning Program in the Philippines. These items are critical for maintaining operational efficiency and compatibility with existing systems, ensuring readiness for DoD personnel. Interested vendors must submit their responses by noon on September 18, 2024, and can direct inquiries to Erica Vaughn at erica.vaughn@usmc.mil or William Mike McGrattan at William.McGrattan@usmc.mil.