Purchase of 6 MFDs and supplies for Diego Garcia
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) is seeking quotations for the purchase of six (6) One-Net Multifunctional Devices (MFDs), along with associated toner and supplies, for Diego Garcia (via Japan). This is an unrestricted acquisition issued as a Request for Quotation (RFQ) SP7000-26-Q-1010. Quotes are due by January 23, 2025, at 01:00 PM Eastern.
Scope of Work
This requirement is for six new, Trade Agreement Act (TAA) compliant color MFDs with inline finishers. Key specifications include 110V/60Hz operation, a minimum print rate of 55 Pages Per Minute (color), duplex printing, multiple paper trays supporting up to 11" x 17", and CAC authentication capabilities. Devices must support Windows 10+ and macOS 11+, be configurable to DISA STIG, and comply with ISO/IEC 15408 (Common Criteria) and RMF for DOD IT. Associated consumables include high-yield toners (black, cyan, magenta, yellow), drum units, waste toner bottles, staple cartridges, and transfer module & fuser kits, all with specific CLINs. Delivery is to CFA Yokosuka, Japan NAVFAC Warehouse, with onward shipment to Diego Garcia. A minimum one-year OCONUS warranty is required.
Contract Details
- Type: Combined Synopsis/Solicitation, Firm-Fixed Price Request for Quotation (RFQ) SP7000-26-Q-1010.
- NAICS: 334118 (Printing, Duplicating, And Bookbinding Equipment).
- Set-Aside: Unrestricted.
- Invoicing: Wide Area Workflow (WAWF).
- Award Instrument: Standard Form (SF) 1449.
- Pricing: Per unit CLIN pricing must be inclusive of all costs, including printer, Smartcard Readers, packaging, shipping, and 1-year warranty.
Submission Requirements
Quotations must be submitted via email to Emily Myers (emily.myers@dla.mil) and include:
- Company name, address, telephone, email, FAX number.
- Solicitation number, DUNS, and CAGE Code.
- Unit Price and extended price for each CLIN.
- Technical information (descriptive product literature/specs) demonstrating product compliance with minimum requirements.
- Signed acknowledgements of any amendments.
- Completion of FAR provision 52.212-3 and DFAR 252.212-7000 certifications (or indication of online completion).
- OEM specification sheets, proposed configuration details, and Letters of Supply from the manufacturer.
Evaluation Criteria
Award will be made to the responsible offeror whose offer is most advantageous to the Government, utilizing a Lowest Price Technically Acceptable (LPTA) source selection process. Evaluation factors are Price, Technical, and Past Performance. Technical information will be evaluated on a pass/fail basis for acceptability; only technically acceptable quotes will be considered for price.
Key Dates & Contacts
- Quotes Due: January 23, 2025, at 01:00 PM Eastern.
- Primary Contact: Emily Myers (emily.myers@dla.mil).