Purchase of 60 LaserJet Devices for Puget Sound
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 Sixty (60) HP LaserJet Enterprise M507dng Devices for the Puget Sound Naval Shipyard in Bremerton, WA. This is an unrestricted acquisition, and proposals are due by April 29, 2026, at 01:00 PM Eastern.
Scope of Work
The requirement is for 60 LaserJet Enterprise M507dng devices, manufacturer part # HPI-1PV89A#201. Each unit must include a one-year, next-business day, onsite warranty. Per-unit CLIN pricing must be all-inclusive, covering the printer cost, Smartcard Readers, packaging, and shipping. The devices must be TAA compliant and meet specific salient characteristics detailed in an attached document. These characteristics include print speed (up to 45-52 ppm), automatic duplex printing, 1200x1200 dpi print quality, laser technology, broad OS compatibility (Windows, macOS, Linux, etc.), and various media type handling. Additionally, printers must be listed on the CMDNet US Navy Certified Device List for PSNS & IMF and not be end-of-life.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ SP7000-26-Q-1014)
- Agency: Defense Logistics Agency (DLA)
- Place of Performance: Puget Sound Naval Shipyard, Bremerton, WA
- Set-Aside: Unrestricted (NAICS 334118)
- Response Due: April 29, 2026, 01:00 PM Eastern
- Published: April 14, 2026
- Contract Vehicle: Award will be issued on Standard Form (SF) 1449.
- Invoicing: Wide Area Workflow (WAWF).
Submission & Evaluation
Quotations must be submitted via email to Tyler.Bowman@dla.mil and include: company information, solicitation number, DUNS, CAGE Code, unit and extended CLIN prices, technical information, and signed acknowledgements of any amendments. Failure to provide all requested items may lead to elimination. The evaluation will consider Price, Technical, and Past Performance. A Lowest Price Technically Acceptable (LPTA) source selection process will be utilized, where technical information is evaluated on a pass/fail basis for acceptability, and then price is considered for technically acceptable offers. Offerors must also include FAR provision 52.212-3 and DFAR 252.212-7000 representations or confirm completion on SAM.gov.
Contact Information
All questions and inquiries should be directed via email to Tyler Bowman at Tyler.Bowman@dla.mil.