Purchase of 57 Color Printers
ID: SP7000-25-Q-1009Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO-P NEW CUMBERLANDNEW CUMBERLAND, PA, 17070-5059, USA

NAICS

Computer Terminal and Other Computer Peripheral Equipment Manufacturing (334118)

PSC

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

    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the procurement of sixty-seven (67) color printers to be delivered to Camp Humphreys, South Korea. The printers must meet specific technical requirements, including a print speed of at least 45 pages per minute, compliance with the Trade Agreement Act, and robust network functionality, along with a minimum three-year warranty and on-site support. This procurement is critical for enhancing operational capabilities in military or diplomatic operations, ensuring compliance with federal standards for security and functionality. Interested vendors must submit their quotations via email to Megan Perzia by January 10, 2025, with the contract awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation methodology.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Logistics Agency (DLA) is soliciting proposals for the purchase of fifty-seven (57) color printers to be delivered to Camp Humphreys, Korea. The printers must be new, TAA compliant, and capable of producing at least 45 pages per minute, with several specified technical requirements, including support for Microsoft and Mac operating systems, robust network functionality, and high print resolution. Each unit should come with a minimum three-year warranty, and contractors must ensure compliance with stringent network security protocols based on DISA guidelines. Proposals must include detailed specifications, proof of manufacturer authorization, and compliance with NIST standards for supply chain security. Additionally, contractors will be responsible for on-site support, testing of devices for compliance, and ensuring accessibility standards are met. This procurement aims to enhance DLA’s operational capabilities while ensuring compliance with federal standards for security and functionality in government operations.
    The government file outlines specifications for acquiring 57 Tactical Field Printers, intended for use overseas (OCONUS). The printers must comply with the Trade Agreement Act and be listed on the National Information Assurance Partnership (NIAP) & Common Criteria Certified Products approved list. Key features required include a first page output speed of 7 seconds, print speeds up to 45 pages per minute at a resolution of 1200 x 1200 DPI, and a combined input capacity of 650 sheets. A monthly print volume of up to 10,000 pages is recommended. The printers must come with a two-year extended warranty and 24/7 telephonic support, excluding US holidays, as well as next-day on-site service. Delivery instructions specify Camp Humphreys in Pyeongtaek City, South Korea, as the shipping location. This document serves as a Request for Proposal (RFP) for potential suppliers, detailing technical requirements and support services needed for military or diplomatic operations in remote areas.
    This document amends a government solicitation regarding the procurement of color printers. The main purpose of the amendment is to increase the quantity of printers required from 57 to 67 units, with a revised submission deadline set for February 4, 2025. Respondents must acknowledge receipt of the amendment to ensure their offers are considered valid; this can be done through specific channels outlined in the document. It also emphasizes that if any changes are made to an already submitted offer due to this amendment, they must be communicated before the specified deadline. The document is structured around the particulars of the amendment, including contract identification details, contact information for the contracting officer, and specific instructions for compliance regarding acknowledgment of the amendment. Overall, the document reflects standard governmental procedures for handling amendments to solicitations, ensuring clarity and compliance within the procurement process.
    The document is a Request for Quotation (RFQ) issued by DCSO-P New Cumberland for the procurement of fifty-seven (57) color printers, with a delivery timeline of thirty (30) days post-order receipt. This solicitation aligns with streamlined guidelines for commercial products and incorporates relevant regulations effective November 2024. The bid provides specific requirements for quotation submissions, including contractor details, pricing, technical information, and acknowledgment of amendments. The evaluation will employ a Lowest Price Technically Acceptable (LPTA) methodology, emphasizing price, technical acceptability, and past performance. Submissions are due via email by January 10, 2025, emphasizing compliance on invoices through the Wide Area Workflow (WAWF) system. The document contains numerous references to applicable clauses governing the procurement process, including the need for contractors to establish systems ensuring the authenticity of electronic parts. Overall, the RFQ reflects the government's structured approach to vendor selection, adhering to best practices and regulations vital for contract integrity and performance standards in the procurement of commercial items.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    RFI for 40 inch Wide Format Production Devices
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified vendors to provide 40-inch wide-format production devices, including both black and white and color engineering technical drawing equipment, through an Indefinite Delivery Indefinite Quantity (IDIQ) contract lasting up to 60 months. The procurement aims to ensure the delivery, installation, maintenance, and ongoing technical support of these devices, which will be utilized for producing high-quality prints such as banners, engineering drawings, and various maps across locations in the Continental United States (CONUS) and Outside the Continental United States (OCONUS). Vendors must meet specific performance standards set by the National Geospatial Intelligence Agency (NGA), including color fidelity and compatibility with mapping certifications, while also providing training and a minimum five-year warranty. Interested parties should submit their information to the primary contact, Patrick D'Arcy, at patrick.d'arcy@dla.mil, by February 7, 2025, at 12:00 PM EST.
    Up to 3 month lease of 126 MFDs
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking information from qualified vendors regarding the potential leasing of 126 Multi-functional Devices (MFDs) for a period of up to three months, including installation, maintenance, and training. The devices are required to be operational by February 1, 2025, at various locations in Alaska and Hawaii, with the lease period consisting of a base period from February 1 to March 31, 2025, and an optional extension to April 30, 2025. This procurement is crucial for maintaining efficient operational capabilities within military facilities, as the MFDs will support various printing and duplicating needs. Interested parties must submit their business information, including DUNS Number and Cage Code, to the designated government contacts by January 22, 2025, at 10:00 AM EST, with no costs incurred for responses being compensated by the government.
    60 Month Lease of Production Devices for Japan
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking a contractor for a 60-month lease of production devices for facilities located throughout Japan and Okinawa. The procurement includes the lease of small-format color reproduction equipment and black-and-white reproduction equipment, along with essential ongoing services such as delivery, installation, maintenance, repair, provision of consumable supplies (excluding paper), networking functionality, IT security accreditation, technical support, and user training. This equipment is crucial for the efficient operation of DLA Data Management Services, ensuring high-quality reproduction capabilities. Interested parties can access further details via the PIEE SOLICITATIONS App and should direct inquiries to Patrick D'Arcy at patrick.d'arcy@dla.mil or Tina Grujic at tina.grujic@dla.mil.
    HP 3D Printer Warranty
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the procurement of warranty services for HP 4200 offline printers and processing stations under solicitation number N0017825Q6690. The contract aims to secure warranties for specific printer models, ensuring reliable support and maintenance for critical printing operations within the department. This procurement is vital for maintaining operational efficiency and compliance with federal regulations, as it encompasses standard commercial warranty coverage and adherence to safety standards. Interested vendors must submit their quotes by February 10, 2025, at 12:00 PM EST, with an anticipated award date by April 2, 2025; inquiries can be directed to James Embrey at james.d.embrey3.civ@us.navy.mil or by phone at 540-498-5241.
    Purchase a Direct to Substrate Printer with Maintenance or Warranty for 60 months
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking to procure a Direct to Substrate printer along with maintenance or warranty services for a duration of 60 months. The equipment will be utilized to print labels on Avery 2900 face film, which is essential for various printed products within the agency. This procurement is part of a total small business set-aside initiative, and interested vendors must submit their proposals through the PIEE Solicitation module, with all inquiries directed to the primary contact, David Purvis, at david.1.purvis@dla.mil, or the secondary contact, Tina Grujic, at tina.grujic@dla.mil.
    RFI for 64 inch Wide-Format Production Devices
    Dept Of Defense
    The Defense Logistics Agency (DLA) Document Services is issuing a Request for Information (RFI) for the procurement of 64-inch wide-format black and white and color engineering technical drawing equipment through multiple fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The primary objectives include the delivery and installation of the equipment, ongoing maintenance and repair, compliance with cybersecurity protocols, and comprehensive training for users, ensuring that the devices meet specified performance requirements. This equipment is crucial for producing high-quality print outputs such as maps, engineering drawings, banners, and posters, which will be utilized both within the Continental United States and internationally. Interested parties must submit their responses, including business information and contact details, to the designated government points of contact, David Purvis and Tina Grujic, by February 7, 2025, at 12:00 PM EST.
    76--LABEL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of labels under solicitation number NSN 7690015751522. The requirement includes a quantity of 22 units, which are to be delivered to the DLA Distribution Depot in Oklahoma within 57 days after the order is placed. These labels are essential for various military and logistical applications, ensuring proper identification and tracking of supplies. Interested vendors must submit their quotes electronically, as hard copies will not be accepted, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    3D Printer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking offers for the procurement of a 3D printer for the Directorate for Maintenance at the Red River Army Depot in Texarkana, Texas. The contract involves a firm-fixed-price purchase for a turnkey installation of a non-ferrous 3D printer, which includes delivery, installation, training, and a one-year warranty, along with additional coverage for parts and service. This procurement is crucial for enhancing operational capabilities within the IUID Shop section and emphasizes the government's commitment to fostering small business participation, as it is set aside for total small business participation under FAR 19.5. Interested parties must submit questions by January 30, 2025, and offers by February 4, 2025, with the award based on the lowest responsive and capable offer that meets the specified technical capabilities and price evaluations. For further inquiries, contact Luke Leitschuck at luke.j.leitschuck.civ@army.mil or Christopher L. Johnston at christopher.l.johnston20.civ@army.mil.
    DDSP Label and Ribbon Kit for DAWS printers
    Dept Of Defense
    The Defense Logistics Agency (DLA) is issuing a combined synopsis/solicitation (SP3300-25-Q-0069) for the procurement of label and ribbon kits specifically designed for DAWS printers. This opportunity is a total small business set-aside under NAICS code 322220, requiring suppliers to deliver their products within 30 days after receipt of the order. The goods are essential for maintaining operational efficiency in various defense logistics applications. Interested vendors must submit a Firm-Fixed-Price quote by February 5, 2025, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Samuel Tustin at samuel.tustin@dla.mil.
    XACT 3D Printer Maintenance
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking quotations for maintenance services related to the XACT Metal XM200G/G2 printer and associated preventative maintenance kits. This procurement emphasizes the necessity of using brand-name products from XACT Metal, Inc. to avoid costly configuration changes and integration issues, ensuring operational efficiency for the Navy. Proposals are due by February 12, 2025, with evaluations based on the Lowest Price Technically Acceptable criteria, and interested parties must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Lamar Anderson at lamar.b.anderson@navy.mil or by phone at (540) 742-4132.