9310--Reprographic Printing Paper
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA) is conducting market research through a Request for Information (RFI) / Sources Sought Notice to identify qualified sources capable of providing Reprographic Printing Paper equivalent to Hammermill brand products. This is for the VA Greater Los Angeles Healthcare System in Los Angeles, CA. Responses are due February 23, 2026.
Scope of Work
The VA requires various types of reprographic printing paper to support its service reproduction center and Community-Based Outpatient Clinics (CBOC) locations. Key requirements include:
- Hammermill Premium Laser Paper (or equal): 5760 reams, 8.5"x11", 24 lbs, brightness ≥98, acid-free.
- Hammermill Premium Color Copy Cover (or equal): 4608 reams, 8.5"x11", 80 lbs cover weight, brightness ≥100, acid-free.
- Hammermill Premium Laser Print Paper (or equal): 2880 reams, 11"x17", 24 lbs, brightness ≥98, acid-free.
- Hammermill Great White Recycled Copy Paper (or equal): 960 reams, 8.5"x11", ≥30% recycled content, 20 lbs, brightness ≥92, acid-free. The period of performance is 10 Months ARO, with quarterly deliveries required.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Duration: 10 Months ARO
- Set-Aside: None specified (market research stage, NAICS 322230, size standard 750 employees)
- Response Due: February 23, 2026, 10:00 AM Pacific Local Time
- Published: February 13, 2026
Information Requested
Respondents must submit a capabilities statement detailing how they meet the Statement of Work (SOW), provide feedback on the SOW, indicate business size status (relative to NAICS 322230), state if they are a manufacturer or authorized distributor, confirm compliance with subcontracting limitations, COTS, and Buy American Act. Information on lead times, product lifespan, FDA clearance (if applicable), leasing options, existing Federal contracts (FSS/GSA), and general pricing for market research is also requested. Include SAM.gov Unique Entity ID/Cage Code.
Additional Notes
This is for planning purposes only and does not constitute a solicitation or a request to be added to a prospective bidders list. Responses will be used to make appropriate acquisition decisions. Proprietary information will be handled accordingly.