Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for CONUS and Non-Foreign OCONUS DLA Customers
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 Defense Logistics Agency (DLA) Contracting Services Office (DCSO) – P New Cumberland has issued a Request for Information (RFI)/Sources Sought to identify qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts for leasing Multi-Functional Devices (MFDs) and associated services. This RFI seeks industry feedback on a draft Performance Work Statement (PWS) and aims to determine market interest and capability, including small businesses. Responses are due by February 27, 2026, at 3:00 PM ET.
Purpose & Scope
DLA intends to establish Firm Fixed Price (FFP) MA IDIQ contracts to provide MFDs, accessories, and office document devices to all DLA customers within the Contiguous United States (CONUS) and non-foreign Outside of the Contiguous United States (OCONUS), including Alaska, Hawaii, Puerto Rico, Northern Mariana Islands, American Samoa, and US Virgin Islands. The contracts will cover services such as installation, removal, full-service maintenance (excluding paper), consumable supplies, end-user training, reporting, relocations, network functionality, and network security for up to 60 months. The estimated value is up to $448.26 Million over a potential 60-month period.
Contract Vehicle & Details
- Type: Request for Information (RFI) / Sources Sought for future Firm Fixed Price (FFP) Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts.
- Product Service Code: W074 - Lease Or Rental Of Equipment: Office Machines, Text Processing Systems And Visible Record Equipment.
- Anticipated Ordering Period: Five years.
- Set-Aside: None specified at this RFI stage.
- Place of Performance: DLA customer locations across CONUS and specified non-foreign OCONUS territories.
Key Requirements & Clarifications
The draft PWS outlines requirements for TAA compliant, new MFDs (A3, A4, production-level) with specific technical specifications (e.g., 600x600 DPI copy, 1200x1200 DPI print, Windows 11+/macOS 13+ support).
- Security: Devices must meet NIST SP 800-88 Revision 1 for media sanitization, FIPS 140-3 for encryption (FIPS 140-2 will not be accepted for new requirements), and have features like CAC/PIV enablement and "Secure Print." Removable hard drives are required for classified devices.
- Maintenance: Minimum 90% weekly availability rate, with response times varying from 2-8 business hours. OEM consumable supplies (excluding paper) must be provided within three business days.
- Facility Clearance (FCL): The Government intends to sponsor awardees for Secret FCL. Contractors must obtain FCL prior to task order award; subcontracting for FCL is not permitted. Contractors are responsible for all associated FCL and personnel clearance fees.
- Functional Areas: Offerors are not required to bid on all Functional Areas (FAs) but must provide pricing for CLINs within an FA to be considered. Up to six awards are anticipated per FA.
Submission Details
Interested companies should submit a capabilities package, no more than 20 pages in length, demonstrating their ability to perform according to the draft PWS. The package must include:
- Company name, office location(s), DUNS, CAGE code, and POC information.
- Statement of business size (large/small) and active SAM status.
- MFD Manufacturer or Reseller status (if Reseller, identify MFD source).
- Relevant experience within the past three (3) years, including contract numbers and POCs.
- Comments on the draft PWS.
- If a Reseller, confirmation of a Letter of Supply/Letter of Authorization (required at proposal submission).
Vendor Capability Submissions are due by February 27, 2026, 3:00 PM Eastern Time. Submissions should be emailed to Matthew O’Brien (matthew.obrien@dla.mil) and Jennifer DeWease (jennifer.dewease@dla.mil). Vendors who previously submitted a response and have no changes are not required to resubmit.
Important Notes
This is an RFI/Sources Sought only and does not obligate the Government to award a contract. No solicitation package is currently available. Responses are voluntary, and no reimbursement will be made for associated costs. The Government will not provide debriefings.