Up to 60-month lease of 32 MFDs for Japan
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 conducting market research via a Sources Sought (RFI) for the lease of 32 Multi-functional Devices (MFDs) and 27 Removable Hard Drives for U.S. Forces Japan (USFJ), specifically in Yokota, Japan. This opportunity seeks to identify capable sources for a potential contract of up to 60 months. Responses are due April 20, 2026, by 2:00 PM Eastern.
Scope of Work
The requirement involves leasing MFDs and Removable Hard Drives, along with comprehensive services. These services include installation, removal, full-service maintenance (excluding paper), all consumable supplies, key operator training, reporting, relocations, network functionality, and network security. Devices must be Trade Agreement Act (TAA) compliant, new, and capable of simplex/duplex copying, printing, and scanning with a minimum 30-page Automatic Document Feeder. They must support specific operating systems (Windows 11+, macOS 13+, Server 2016+) and print driver languages, operating on 100-volt AC current.
Security & Performance Requirements
Stringent security requirements include hard drives with clear, purge, and verification capabilities per NIST SP 800-88 Revision 1, encryption, CAC/PIV enablement for secure printing, and integration with print-on-demand solutions. Secure scanning must comply with FIPS 140-2 or 140-3 encryption and include OCR capabilities. All devices must be ISO/IEC 15408 certified and capable of obtaining RMF accreditation. Performance standards mandate a minimum 90% weekly available rate for devices, with work stoppage responses within four business hours.
Contract Details & Submission
This is a Sources Sought notice for a potential up to 60-month lease. Proposed Contract Line Items (CLINs) include various volume bands for MFDs and removable hard drives. All CLIN prices are expected to be all-inclusive. Interested sources must provide electronic submissions including Business Name, DUNS Number, Cage Code, and Point of Contact Information. Additionally, proposers must provide OEM specification sheets, Letters of Supply, a Voluntary Product Accessible Template (VPAT®), and documentation demonstrating adherence to NIST SP 800-161 Rev. 1 for supply chain risk management. An Enterprise Management Tool is also required.
Key Dates & Contacts
- Response Due: April 20, 2026, 2:00 PM Eastern
- Published Date: April 17, 2026
- Primary Contact: Joseph D'Arcy (joseph.darcy@dla.mil)
- Secondary Contact: David Corvino (david.corvino@dla.mil)
Set-Aside
No set-aside is specified for this Request for Information (RFI).