Markey Survey Announcement - Printer Consumables for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) Program
ID: AAQ580-PrintType: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

Photographic Film, Paper, Plate, Chemical, and Copy Toner Manufacturing (325992)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential sources for toner and printer consumables as part of the Strategic Sourcing for the Acquisition of Various Equipment and Supplies (SAVES) program. The FAA requires a contractor to provide these consumables under a one-year base contract with four one-year options, emphasizing efficient procurement, timely delivery, and robust reporting mechanisms to ensure operational needs are met effectively. This procurement is crucial for maintaining the FAA's printing capabilities across various locations, including overseas, and will adhere to strict service level agreements, including a 98% on-time delivery rate. Interested vendors must submit their capabilities and relevant information to the FAA by May 23, 2025, at 2:00 PM ET, with inquiries directed to Kay Morello at kay.f.morello@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document contains a comprehensive list of printer consumables, including toner cartridges, ink cartridges, imaging units, and maintenance kits. It organizes products by manufacturer (such as Lexmark, HP, Canon, and Brother) and provides specific details including model numbers, OEM numbers, and descriptions for each item. The list caters to various printer models, emphasizing compatibility and highlighting return program options for certain consumables, aimed at efficiency and sustainability. This extensive compilation serves as a key resource for government entities and contractors involved in procurement processes, ensuring the availability of essential printing supplies for various agencies. The document supports transparency and accessibility within federal and local RFPs, thus aiding in the effective management of governmental printing needs.
    The Federal Aviation Administration (FAA) seeks a 60-month Indefinite Delivery Indefinite Quantity (IDIQ) contract for acquiring printer consumables across the U.S. and specified Overseas locations. The initiative, part of the Strategic Sourcing for the Acquisition of Various Equipment and Supplies (SAVES) program, aims to control costs while improving service quality. The Statement of Work outlines detailed requirements for the contractor, including program management, efficient procurement, and delivery of consumables, alongside robust reporting and financial oversight. Key responsibilities encompass establishing a web portal for order management, timely communication of order statuses, and adhering to strict delivery schedules. The contractor must maintain a high service level, ensuring 98% on-time delivery of products, and address damaged items quickly with replacements at their expense. Furthermore, provisions for recycling used consumables and compliance with accessibility standards are mandated. The document also specifies rigorous reporting obligations, including monthly activity reports and meeting evaluations, to assess contract performance and address any operational challenges effectively. This contract emphasizes efficiency and improves procurement processes, ensuring the FAA's operational needs for printer consumables are met effectively and consistently.
    The document outlines the order instructions for the SOT system, detailing the consolidation of orders into a Microsoft Excel spreadsheet to be emailed daily to the contractor. It specifies the format and requirements for the spreadsheet, including essential columns such as Line Item, Ship To Address, Product Description, Quantity (QTY), and various contact details like phone number and email. Each line item will be assigned a reference number generated by the SOT system. The purpose of this document is to standardize the ordering process through a structured format, ensuring clarity and efficiency in communication between the government and contractors. This initiative aligns with common practices found in government RFPs and grants, which emphasize orderly and transparent procurement procedures.
    The document outlines the procedures for processing CONUS (Continental United States) orders within the SOT (Supply Order Tracker) system, which requires strict adherence to a specific format captured in an Excel spreadsheet. The spreadsheet includes critical information such as line items, shipping details, product descriptions, quantities, costs, and tracking information. Contractors are responsible for ensuring all items are ordered, completing columns regarding availability or issues with any products, and providing detailed reasons for unavailable items, which must be categorized accordingly. Additionally, completed orders must be returned to the FAA within two business days of receipt. The structured order process is designed to streamline the procurement and delivery system, ensuring transparency and efficiency in meeting government procurement needs. This process supports the government's overarching goals of accountability and timely fulfillment of resource requests.
    The document outlines the order instructions for OCONUS (Outside the Continental United States) orders processed through the SOT system for the FAA. It details the consolidation of daily orders into a Microsoft Excel spreadsheet, which must include specific columns (A-L) that are not to be altered. Contractors are required to complete Columns M through R within two business days, detailing item availability and reasons for any unavailability, such as discontinued products or backorders. Column Q concerns the vendor's timeline for order approval, while prior FAA approval is necessary for shipping costs, as indicated in Column R. The information format includes various order details like line items, product descriptions, costs, and delivery dates, all crucial for compliance and efficient processing. The systematic approach aims to ensure that OCONUS orders are tracked properly and adhere to FAA requirements, highlighting the importance of meticulous record-keeping in government procurement processes.
    The document outlines the requirements and attributes for tracking office supply purchases within federal and state agencies, specifically under a nationwide contract. Key headers include details such as contract and order numbers, vendor information, item specifics, pricing details, and compliance with environmental standards. It emphasizes the importance of reporting recycled content purchases and adhering to Executive Order 13101 by providing annual procurement data. The contractor is responsible for ensuring timely deliveries, identifying unfilled or canceled orders, and aligning with energy efficiency criteria under the Energy Policy Act of 2005. Specific FAA lines of business and regions are also defined, supporting streamlined procurement processes. Overall, the document is essential for standardizing procurement practices while promoting sustainable purchasing and compliance with government regulations in office supply procurement.
    Similar Opportunities
    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.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    MARKET SURVEY: DESIGN ARSR4 POWER AMP MODULE TEST STATION
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential vendors for the design and development of a new Power Amplifier Module Test Station (PAMTS) to replace the existing system used for testing ARSR4 Power Amplifier Module (PAM) boards. The new PAMTS will include an interface adapter, fixture, and necessary test/repair software and procedures, aimed at enhancing the FAA's capabilities to test and repair critical radar system components. This procurement is vital for maintaining the operational integrity of the ARSR4 radar system within the National Airspace System (NAS). Interested vendors must submit their capability statements and other required documentation by 2:00 p.m. Central Time on January 13, 2026, to Connie Houpt at connie.m.houpt@faa.gov, with the subject line "Market Survey Response: 6973GH-26-MS-00003 PMATS."
    Stratasys F900 3D Printer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of one Stratasys F900 3D Printer, as outlined in the updated Statement of Work. This acquisition aims to enhance the capabilities of the Reverse Engineering And Critical Tooling (REACT) lab at Tinker Air Force Base by increasing 3D printing throughput for aircraft-grade replacement parts, which is critical for maintaining operational efficiency and compliance with stringent certification requirements. The contract includes the printer system, materials, a one-year warranty, on-site installation, and specialized training for personnel, with a focus on adhering to Tinker AFB regulations and safety protocols. Interested vendors should submit their quotes by the specified closing date and may direct inquiries to Linsey Laird at Linsey.Laird@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil.
    Purchase of 4 MFPs (Multi-Functional Printers) for Korea
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking quotations for the purchase of four Multi-Functional Printers (MFPs) to be delivered to South Korea. The procurement aims to acquire new, TAA-compliant printers that support various functions such as printing, scanning, and copying, with specific technical requirements including high-resolution capabilities and robust security features. This acquisition is critical for enhancing operational efficiency and ensuring compliance with federal standards in a military environment. Interested vendors must submit their proposals via email to Lauren Valentine by December 22, 2025, at 3:00 PM EST, and are encouraged to review the attached Statement of Work for detailed specifications and requirements.
    Policy, Engineering, Analysis, and Research Contract (PEARS III)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking industry feedback for the Policy, Engineering, Analysis, and Research Contract (PEARS III) through a draft Screening Information Request (SIR). This contract aims to provide support services across various FAA offices, including policy development, environmental analysis, and administrative support, with a total maximum value of $36 million over a five-year period. The FAA emphasizes the importance of industry input to refine the SIR and ensure it accurately reflects the intended work, inviting interested vendors to submit their comments via a structured comment matrix by January 21, 2026. For further inquiries, vendors can contact the FAA Contracting Office at 9-AFN-AWA-AAQ460-Contracting-Team@faa.gov.
    Sources Sought for Pilatus PC-12 Pilot Qualification Training
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking sources for Pilatus PC-12 Initial and Recurrent Pilot Qualification Training for its Aviation Safety Inspectors and Aircraft Certification Pilots. The procurement aims to identify vendors capable of providing comprehensive training that meets FAA regulations and congressional mandates, including ground school and flight training, with adherence to specific guidelines outlined in the Performance Work Statement (PWS). This training is critical for ensuring that FAA personnel achieve an unrestricted type rating on the PC-12 aircraft, which is essential for maintaining aviation safety standards. Interested vendors must submit their capability statements by 5:00 p.m. CT on January 9, 2026, to Shelley Howard at shelley.a.howard@faa.gov, as the FAA evaluates potential competition for this contract.
    Enterprise-Wide Managed Print Services
    Library Of Congress
    The Library of Congress is seeking contractor support for its Enterprise-Wide Managed Print Services program, aimed at enhancing its Print Management capabilities. The procurement includes leasing and maintaining production equipment, administrative copiers, and reading room solutions, with a focus on implementing a centralized, secure, and cost-effective print management system. This initiative is critical for improving efficiency and cost recovery across various Library departments, including the Congressional Research Service. Interested vendors should note that questions regarding the solicitation are due by December 18, 2025, and can contact Carrie Fairbanks at cfairbanks@loc.gov or Julia Davis at juhan@loc.gov for further information.
    Large Laser Marking Machine - Sources Sought
    Dept Of Defense
    The Department of the Air Force is seeking sources for a large Laser Marking Machine to be delivered to Arnold Air Force Base in Tennessee. This procurement aims to identify both small and large businesses capable of meeting specific technical requirements, including the ability to mark various materials such as carbide, copper, plastics, steels, and rubber, with a minimum workpiece size of 8” H x 40” W x 25” D. The machine must include advanced features such as a 50W Ytterbium Pulsed Fiber Laser, Ethernet capabilities, and a rail docking system, while adhering to NFPA 70 standards and providing a 24-month warranty with on-site repair services. Interested vendors must submit their company information, SAM UEI number, budgetary estimates, and projected delivery timelines to Ms. Bailey Deason via email by 12:00 PM CT on December 22, 2025.
    Request for Information for Innovative Solutions for FAA Application and Database Modernization
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking innovative solutions for the modernization of its application and database infrastructure through a Request for Information (RFI). The primary objectives of this procurement include reducing sustainment costs, enhancing operational efficiency, and improving system interoperability while addressing legacy technical challenges and ensuring scalability. This initiative is critical for the FAA as it aims to overcome complex interoperability requirements and data sensitivity issues across its systems. Interested parties are encouraged to submit their feedback by January 7, 2026, to inform the FAA's acquisition strategy, with inquiries directed to Daniel Farrell or Eric Waterman at SSDRFI@faa.gov.