EPS MARKET DIRECT STOREFRONT for DLA INFORMATION OPERATIONS
ID: SP4701-26-R-0007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO PHILADELPHIAPHILADELPHIA, PA, 19111, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Defense Logistics Agency (DLA) is seeking proposals for the EPS Market Direct StoreFront (MDSF) to support its Document Services operations. This procurement involves the acquisition of the eProductivity Software (ePS) Market Direct StoreFront, including the Fulfillment Module, along with necessary technical services for maintenance and upgrades over a five-year period, from December 2025 to December 2030. The MDSF is critical for DLA's web-to-print services and order fulfillment for the Armed Forces and federal agencies, ensuring efficient and secure operations. Proposals are due by December 10, 2025, at 1:00 PM (Eastern Time), and interested parties should contact Christopher P. Lawrence at Christopher.Lawrence@dla.mil for further information.

    Point(s) of Contact
    Christopher P. Lawrence
    Christopher.Lawrence@dla.mil
    Files
    Title
    Posted
    This Bill of Materials outlines the costs for the ePS MARKET DIRECT STOREFRONT (MDSF) over a five-year period, from December 2025 to December 2030, including a base period and four option years. The document details Firm Fixed Price tasks for MDSF Annual Maintenance (customer hosted, enterprise version) and Print FF Annual Software Maintenance. It also covers Technical Support Services for product upgrades, implementation, and customization changes, with specific hours allocated for these services in the base year and subsequent option years. Additional technical services in the base year include ICAM Project Technical Services (Identity, Credential, & Access Management) for User Extension and AOE Project Technical Services (Automated Order Entry) via MDSF API extension. The document indicates a total overall cost of $0.00 for the entire five-year lifecycle, suggesting that this is a placeholder or template where actual costs would be entered.
    The Voluntary Product Accessibility Template (VPAT) EN 301 549 Edition, Version 2.4, is a crucial document for Information & Communications Technology (ICT) vendors participating in government RFPs, federal grants, and state/local RFPs. It provides essential requirements and best practices for creating an Accessibility Conformance Report, which evaluates a product's adherence to accessibility standards. This specific edition focuses on Web Content Accessibility Guidelines 2.0 and 2.1, and the EN 301 549 standard for public procurement of ICT products in Europe. The document outlines mandatory content for reports, including product details, evaluation methods, and applicable standards. It also defines conformance levels such as
    The document outlines Information and Communication Technology (ICT) accessibility requirements for federal government RFPs, grants, and state/local RFPs, specifically focusing on software maintenance, support, and services, as mandated by the Revised Section 508 of the Rehabilitation Act. It details technical criteria in Chapter 6 (E208.1, E601.1, E603.1, E603.2, E603.3) for ICT support documentation and services, requiring them to provide information on accessibility features and accommodate communication needs for individuals with disabilities. Furthermore, Chapter 3 (301.1) specifies functional performance criteria, ensuring ICT offers modes of operation for users without vision, with limited vision, without color perception, without hearing, with limited hearing, without speech, with limited manipulation, with limited reach and strength, and with limited language, cognitive, and learning abilities (302.1-302.9). The report is to be incorporated into solicitation requirements, with further guidance available from the Revised 508 Standards Toolkit. This document is Controlled Unclassified Information (CUI) related to general procurement and acquisition and source selection information.
    The Defense Logistics Agency (DLA) requires brand-name annual software maintenance and technical support for its eProductivity Software (ePS) Market Direct StoreFront (MDSF) and Print FF applications. These applications are critical for DLA Document Services, which acts as the sole print broker for the Armed Forces and federal agencies. The DLA's Document Services Online (DSO) application, built on MDSF and Print FF, supports web-to-print services, order fulfillment, and billing. The DLA is also procuring technical services for two projects: ICAM (Identity, Credential, and Access Management) and AOE (Automated Order Entry), which require modifications to the existing ePS software. This acquisition is justified as a sole-source procurement under 10 U.S.C. 3204(a)(1) due to ePS holding proprietary rights to the software, the unique scale and complexity of DLA's deployment, and the unacceptable cost and delay of switching to an alternative. Market research confirmed ePS as the only provider capable of meeting DLA's specific requirements, especially given the extensive customization and integration of the software within DLA's infrastructure.
    This Statement of Work (SOW) outlines the need for Enterprise Version 14.2 or higher of eProductivity Software (ePS) Market Direct StoreFront (MDSF) COTS product, including the Fulfillment Module (Print FF), and associated Technical Services for DLA Document Services. The purpose is to support specific projects, upgrade, and maintain MDSF at the required scale and security posture. The contract is for a 12-month base period with four 12-month option periods, from December 2025 to December 2030, and will be a Firm Fixed Price contract. Key requirements include maintaining software licenses for development, stage, and production environments, providing vendor support (web, telephone, trouble tickets), and addressing cybersecurity findings within 36 hours. Additionally, the SOW details two significant technical projects: implementing Identity, Credential, and Access Management (ICAM) for enhanced security and developing an Automated Order Entry (AOE) system using APIs to streamline print order processing. Both projects include detailed plans for initiation, requirements analysis, planning, design, development, quality assurance, release preparation, deployment, and post-implementation support, with their initial implementation in the base year and continued maintenance in option years.
    The Defense Logistics Agency (DLA) Information Operations (J6) has issued a combined synopsis/solicitation (RFP SP4701-26-R-0007) for DLA Police Center Application Software. This unrestricted acquisition, under NAICS code 541519, seeks commercial items through open market procedures. Proposals are due by December 10, 2025, 1:00 PM (Eastern Time) and will be evaluated on a lowest price technically acceptable basis. The contract includes a base year and four option years, with performance from December 2025 to December 2030. Offerors must be certified dealers/resellers and submit pricing as per the attached Bill of Materials/Statement of Work. Key FAR clauses are incorporated, addressing prohibitions on certain telecommunications equipment, Kaspersky Lab products, and various other compliance requirements related to labor, ethics, and foreign purchases.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DLA MedSurg Prime Vendor Gen VI
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the Medical Surgical Prime Vendor (Med/Surg PV) Program, which aims to provide a comprehensive range of medical and surgical supplies across three Global Regions: North, South, and West. This procurement involves awarding Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup Prime Vendors, facilitating routine ordering and contingency support for various military and federal healthcare facilities. The program is critical for ensuring the availability of essential medical supplies and equipment, supporting the operational readiness of Medical Treatment Facilities (MTFs) and clinics worldwide. Interested vendors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by January 8, 2026, at 3:00 PM Local Philadelphia Time, and can direct inquiries to Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.
    DLA Commercial Solutions Opening (CSO) FY2026
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting a Commercial Solutions Opening (CSO) for the fiscal year 2026, inviting proposals for innovative solutions to enhance its logistics support activities. The primary objective is to solicit Solution Briefs that address various Areas of Interest (AOIs), particularly focusing on developing Engineering Support Activities (ESA) approvable Level 3 Technical Data Packages (TDPs) for hard-to-procure or non-procurable parts, which are critical for maintaining the readiness of military services and other authorized customers. Interested offerors must submit unclassified Solution Briefs by March 13, 2026, using the provided template, and are encouraged to frequently check for updates on the AOIs. For inquiries, contact Thomas J. Walsh at Thomas.walsh@dla.mil or Lauren Runowski at Lauren.Runowski@dla.mil; please note that no funding is available for proposal submissions, as funds will only be disbursed after a signed contract.
    Up to 14 Month Lease for Continued Service of 411 MFDs
    Buyer not available
    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.
    Dimethyl Fumarate DR Presolicitation
    Buyer not available
    The Defense Logistics Agency (DLA) is planning to issue a solicitation for a national requirements contract for Dimethyl Fumarate DR capsules, specifically 120MG capsules in 14 count bottles and 240MG capsules in 60 count bottles. This procurement aims to establish a reliable national supply source for these pharmaceutical products, which are essential for Department of Defense (DoD) customers through the DLA prime vendor program. The contract will be a firm-fixed price, requirements type contract with a one-year base period and four one-year options, emphasizing compliance with federal regulations and efficient distribution of pharmaceuticals for military healthcare. Interested parties should contact Kevin Rafferty at kevin.rafferty@dla.mil or 215-737-0907 for further inquiries, and the projected solicitation date is February 2021, with an amendment extending the offer submission deadline to October 14, 2021, at 3:00 PM EST.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    Multiplatform Modules (MPM)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking potential sources for the manufacturing and supply of Multiplatform Modules (MPM) as part of a Sources Sought Notice. The procurement involves several specific items, including various sizes of MPM drawers and cases, with National Stock Numbers (NSNs) provided for reference, and a required delivery timeframe of 120 days. These modules are critical for specialized shipping and storage, categorized under the PSC code 8145, and are essential for military logistics operations. Interested contractors must submit a complete technical data package along with estimated pricing for evaluation, and inquiries can be directed to Nazlah Nash-Mitchell at nazlah.nash-mitchell@dla.mil or Ronen Elyasiani at ronen.elyasiani@dla.mil.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for CONUS and Non-Foreign OCONUS DLA Customers
    Buyer not available
    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 establish contracts that will cover the leasing of MFDs, including installation, maintenance, consumable supplies (excluding paper), end-user training, and network services, all offered at a flat rate for up to 60 months. These devices are crucial for enhancing operational efficiency and document management within DLA facilities. Interested companies must submit a capabilities package by December 12, 2025, and any questions regarding the RFI should be submitted by November 13, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.
    DLA Medical Equipment Electronic CATalog (ECAT) Generation V Program
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the DLA Medical Equipment Electronic Catalog (ECAT) Generation V Program, aimed at enhancing medical supply support for its customers. This standing solicitation, identified as SPE2DH-21-R-0002, invites offers for a range of medical equipment, accessories, and consumables, with the goal of facilitating online orders through the ECAT System. The items sought are critical for medical professionals and technicians in providing patient care and include commercial medical equipment and training simulation tools. Interested vendors can submit proposals at any time until the solicitation closes on December 1, 2026, and should direct inquiries to Yasmeen Turner at yasmeen.turner@dla.mil or Evan Lessin at evan.lessin@dla.mil.
    DLA Commercial Price List Market Research
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for developing commercial price list contracts to support the military branches with class IX commercial items. The DLA seeks capability packages from manufacturers, including small businesses and various disadvantaged business categories, to fill its commercial price list pipeline, which aims to reflect commercial marketplace standards through a FAR 12 long-term requirements contract. Interested firms are required to submit detailed information, including a commercial price list in an organized .xlsx format, and respond to specific questions regarding their distribution preferences and delivery capabilities. For further inquiries, interested parties can contact Tyler Bender at tyler.bender@dla.mil or Brandon McCoy at Brandon.McCoy@dla.mil.
    SPRRA225R0002 MLRS SPARES
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of MLRS spares under solicitation SPRRA225R0002, with a focus on firm fixed-price supply contracts. This procurement is critical for maintaining the operational readiness of the U.S. Army's missile systems, ensuring that necessary components are available for effective defense operations. The proposal due date has been extended to January 19, 2026, at 5:00 PM, allowing potential offerors additional time to prepare their submissions. Interested parties should contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding the solicitation and its requirements.