The Defense Logistics Agency (DLA) Document Services is procuring an HP Latex R530 – 64 Inch Wide-Format Rigid and Flexible Latex Flatbed Printer for Travis AFB, California. This procurement includes delivery, installation, network configuration, IT security accreditation, operator and IT personnel training, and a 5-year full on-site service and maintenance plan. The contractor is also responsible for removing and recycling the existing HP Scitex FB700 Flatbed Printer through the HP Planet Partners program. The new printer will support the production of various rigid and flexible printed media. The contractor must adhere to stringent IT configuration, security, and accessibility standards, including DoD/DLA operating system compliance, STIG requirements, and Section 508 accessibility. A mandatory on-site verification survey is required within five business days of contract award to ensure site readiness, and installation must occur within 30-60 days. Invoices will be submitted electronically through WAWF.
This government file outlines a Request for Quotation (RFQ) for HP Latex R530 printing equipment and associated services. The RFQ includes a printer bundle, various HP Latex Ink Cartridges (Cyan, Magenta, Yellow, Black, Light Cyan, Light Magenta, Overcoat, Optimizer, and White), extension tables, a 5-Year Professional Services Plus Plan, and an option for additional training sessions. Bidders must propose on all Contract Line Items (CLINs) to be considered for a single contract award, and quotes must remain valid for 90 days. The document specifies that certain cells in the provided spreadsheet are to be completed by the bidder, with formulas in other cells not to be altered. This RFQ aims to procure a comprehensive printing solution, including hardware, consumables, and long-term support.
The document, Attachment 3 – Full Text Provisions (SP700026Q1007), outlines mandatory representations and certifications for vendors submitting proposals for federal contracts, primarily focusing on compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Key provisions include restrictions on telecommunications and video surveillance equipment and services, particularly those from covered foreign entities, as per FAR 52.204-24, FAR 52.204-26, DFARS 252.204-7016, and DFARS 252.204-7017. It also details offeror representations concerning business size (small, veteran-owned, women-owned, disadvantaged, HUBZone), certifications regarding payments to influence federal transactions, Buy American Act compliance, responsibility matters, child labor, place of manufacture, Service Contract Labor Standards, Taxpayer Identification Number, restricted business operations in Sudan, inverted domestic corporations, and transactions related to Iran. Vendors must complete these provisions to avoid being deemed non-responsive, with specific disclosure requirements for non-compliant responses.
The Defense Logistics Agency (DLA) is seeking a brand-specific HP Latex R530 64-inch Wide-Format Rigid and Flexible Latex Flatbed Printer with accessories, installation, training, and a five-year service plan for DLA Document Services at Travis AFB, CA. This procurement, estimated to be valued competitively among qualified HP vendors, is justified as an exception to full and open competition under FAR and 41 U.S.C. due to the need for compatibility with DLA's existing proprietary HP RIP workflow, electrical infrastructure, and production processes. Market research confirmed that alternative printers from other manufacturers are incompatible, requiring costly software licenses, workflow re-engineering, facility modifications, and extensive retraining. Limiting competition to HP authorized distributors will be publicized on SAM.gov. Future acquisitions may consider other manufacturers if DLA's infrastructure changes.
This document is a combined synopsis/solicitation (RFQ SP7000-26-Q-1007) from the DLA Contracting Services Office for a Brand Name requirement: one HP Latex R530 Printer Bundle with installation, training, 5 years of on-site service, network configuration, IT security accreditation, documentation, ink cartridges, extension tables, and trade-in of an HP Scitex FB700. The solicitation is a Total Small Business Set-Aside (NAICS 334118) and anticipates a single firm-fixed-price contract award based on the Lowest Priced Technically Acceptable (LPTA) quote. Quotes must be submitted electronically by January 22, 2026, 3:00 PM EST, and include company details, CAGE Code, technical descriptions, 508 VPAT documentation, a Letter of Supply from HP, and completed pricing (Attachment 2). Evaluation factors are Technical (acceptable/unacceptable), Past Performance (acceptable/unacceptable), and Price. Payment will be processed via Wide Area WorkFlow (WAWF).