Skip to main content

An official website of the United States government

You have 2 new alerts

Up to 60-month lease of 72 A3 MFDs with associated accessories/services

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Jul 23, 2024 02:40 pm EDT
  • Original Published Date: Jan 05, 2024 01:36 pm EST
  • Updated Date Offers Due: Aug 07, 2024 12:00 pm EDT
  • Original Date Offers Due: Feb 20, 2024 10:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 22, 2024
  • Original Inactive Date: Mar 06, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: W074 - LEASE OR RENTAL OF EQUIPMENT- OFFICE MACHINES, TEXT PROCESSING SYSTEMS, AND VISIBLE RECORD EQUIPMENT
  • NAICS Code:
    • 532420 - Office Machinery and Equipment Rental and Leasing
  • Place of Performance:
    Goose Creek , SC 29445
    USA

Description

Amendment SP7000-24-Q-0004 P00010 Answer prospective vendor Questions and extend submission deadline to 12 June 2024@ 1200 EST. 

Amendment SP7000-24-Q-0004 P00009 - Correct Period of Performance.

Amendment SP7000-24-Q-0004 P00008 Answer prospective vendor Round 3 Questions.

Amendment SP7000-24-Q-0004 P00007 Extend the submission deadline to 10 June 2024 @1200 EST, Answer prospective vendor questions, revise PWS language and requirements, update combined synopsis-solicitation, establish round 3 Q&A (questions due no later than 27 May 2024 @ 1200 EST), change the up to 60 month lease period of performance to 12/01/2024 through 11/30/2029. 

Amendment SP7000-24-Q-0004 P00006 Extend the submission deadline to 20 May 2024 @ 1200 EST to allow time for vendor questions to be answered and updates to be made to the PWS.

Amendment SP7000-24-Q-0004 P00005 Extend the submission deadline to 9 May 2024 @ 1200 EST to allow time for vendor questions to be answered.

Amendment SP7000-24-Q-0004 P00004 Extend the submission deadline to 18 April 2024 @ 1200 EST to allow time for vendor questions to be answered.

Amendment SP7000-24-Q-0004 P00003 Extend the submission deadline to 28 March 2024 @ 1200 EST to allow time for vendor questions to be answered.

Amendment SP7000-24-Q-0004 P00002 Extend the submission deadline to 7 March 2024 @ 1200 EST.

Amendment SP7000-24-Q-0004 P00001 Question and Answer 

General
This is a combined synopsis/solicitation for commercial products and services prepared in accordance
with the format in FAR subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for
Commercial Products and Commercial Services, in conjunction with FAR subpart 13.5, as supplemented
with additional information included in this notice. This announcement constitutes the only solicitation;
quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a
Request for Quotation (RFQ) number SP7000-24-Q-0004.
This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC)
2023-06 effective 4 DEC 2023, and Defense Federal Acquisition Regulation Supplement (DFARS) DPN
20231030 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5.
The Government anticipates awarding one firm fixed price contract to the vendor that submits the Lowest
Priced Technically Acceptable (LPTA) quote. Inspection and acceptance will occur at FOB destination.
Defense Priorities and Allocations Systems (DPAS) are not applicable to this solicitation. Any award
resulting from this solicitation will be issued on a Standard Form (SF) 1449.
This procurement is being issued unrestricted. The associated North American Industrial Classification
System (NAICS) code is 532420. The small business size standard is $40,000,000.00. The Federal Supply
Class code is W074. This acquisition is full and open. No set-aside is available.
Requirement Description
DLA has a requirement for an up to 60-month lease of 72 multi-functional devices (MFDs) and
accessories/services for support of the Navy Nuclear Power Command (NNPTC)/Navy Nuclear Power
Unit (NNPTU). The services associated with the leased devices sought are delivery and installation, enduser
training, full-service maintenance, including all consumable supplies (excluding paper), relocation,
technical refresh, removal, reports, network functionality, and network security. Please refer to
Attachment 1 – Performance Work Statement (PWS) for requirement details.
In accordance with FAR Clause 52.217-6 the contracting officer reserves the right to increase the quantity
of equipment and services at the awarded unit prices listed for each CLIN, not to exceed 20 percent per
CLIN over the first 24 months of the contract.
Estimated Period of Performance
Base Period: 12/01/2024 – 09/30/2025, 10 Months
Option Period 1: 10/01/2025 – 09/30/2026, 12 Months
Option Period 2: 10/01/2026 – 09/30/2027, 12 Months
Option Period 3: 10/01/2027 – 09/30/2028, 12 Months
Option Period 4: 10/01/2028 – 09/30/2029, 12 Months
Option Period 5: 10/01/2029 – 11/30/2029, 2 Months
Network Testing
Will only be accomplished with the lowest priced technically acceptable awardee after
award in-accordance-with the requirements set-forth in the Performance Work Statement. If the awardee
is unable to pass network testing, the award will be terminated for cause in-accordance-with FAR
Page 1 of 67
52.212-4(m). The Government will then issue an award to the next lowest priced technically acceptable
offeror; which that awardee will then be required to pass network testing. This process will be followed
until a technically acceptable low offeror successfully passes network testing.
Delivery
30 days after successful testing and installation of the locking mechanism on the test devices. See
Attachment 1 – PWS for additional details.
Important Dates
Solicitation Issue Date: 01/05/2024
Solicitation Questions Round 1 Submission Due Date: 1/19/2024 no later than 4:00 PM Eastern.
Solicitation Questions Round 2 Submission Due Date: 2/2/2024 no later than 4:00 PM Eastern.

Solicitation Questions Round 3 Submission Due Date: 5/27/2024 no later than 12:00 PM Eastern
Solicitation Close Date: Quotes must be received by 6/10/2024 no later than 12:00 PM Eastern.
Points of Contact
Please submit correspondence in conjunction with this solicitation to the point of contact listed below.
Primary POC: Secondary POC:
Contracting Specialist: Yvonne Cone Contracting Officer: Chad Parent
E-mail Address: yvonne.cone@dla.mil E-mail Address: chad.parent@dla.mil
Provisions/Clauses
FAR 52.212-1 Addendum
Quotes must be submitted electronically only to the points of contacts listed above. Quotes must be
submitted in English and in United States Dollars. It is the vendor’s responsibility to ensure that their
electronic correspondence and/or quote information has been received by the Government. Any quotes
received after the closing date and time will be late and will not be accepted. The Contracting Officer
reserves the right to make award without discussions.
PLEASE NOTE FAILURE TO SUBMIT ANY OF THE INFORMATION REQUIRED BY THIS
SECTION MAY RESULT IN A NON-RESPONSIVE DETERMINATION:
Please submit the quote in five (5) different parts: Cover Page, Technical, Past Performance, Pricing, and
Offeror Representations and Certification. Please include the following statement on every page for Parts
II, III, and IV of your proposal: “SOURCE SELECTION INFORMATION – SEE FAR 2.101 and FAR
3.104.” Additionally, include Signed acknowledgements of amendments (applicable only if any
amendments are issued against this solicitation)
Part I – Cover Page
a. Offeror company name
b. Offeror Commercial and Government Entity (CAGE) Code
c. Offeror mailing address
d. Offeror POCs
e. Offeror POC job title
f. Offeror POC phone number
g. Offeror POC e-mail address
h. Quote expiration date
Page 2 of 67
Part II – Technical (See Attachment 4 - PWS Compliance Form)
Part III - Past Performance. Indicate prior past performance, if applicable.
Part IV – Pricing (See Attachment 2 - CLIN structure)
Part V - Offeror Representations and Certifications (See Attachment 6 for a copy of FAR clause 52.212-
3):
Evaluation Criteria
FAR 13.106-2 Evaluation of Quotations or Offers – The Government intends to evaluate quotes
in response to this quotation and will award one firm-fixed priced contract to the lowest price,
technically acceptable contractor whose quote represents the lowest price. Therefore, to be
considered for award, contractors are required to submit descriptive product literature/technical
information which clearly indicates the product offered meets the Government minimum
requirements. This information will be used to determine technical acceptability. Technical
information will be evaluated for acceptability (only) on a pass/fail basis and will not be rated.
Any contractor who has submitted technically acceptable product information will then have its
quote evaluated for price.
The evaluation method that will be utilized is Lowest Priced Technically Acceptable (LPTA) in
accordance with FAR 15.101-2. Award will be made on the basis of the lowest evaluated price of quotes
meeting or exceeding the acceptability standards for non-cost factors. Tradeoffs are not permitted. Quotes
are evaluated for acceptability but not ranked using the non-cost/price factors. The evaluation criteria are
as follows: Price, Technical Capability, and Past Performance.
All invoicing under this contract will be accomplished via Wide Area Workflow (WAWF).
The following FAR, DFARS and DLAD clauses and provisions apply to this solicitation. The complete
text of any of the clauses and provisions may be accessed in full text at http://acquisition.gov/.
FAR 52.212-1 – INSTRUCTIONS TO OFFERORS – COMMERCIAL PRODUCTS AND
COMMERCIAL SERVICES
FAR 52.212-2 – EVALUATION – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
a) The Government will award a contract resulting from this solicitation to the responsible offeror whose
offer conforming to the solicitation will be most advantageous to the Government, price and other factors
considered. The following factors shall be used to evaluate offers:
Price
Technical Capability
Past Performance
Technical and past performance, when combined, are less important than price.
FAR 52.212-3 – OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL
PRODUCTS AND COMMERCIAL SERVICES
Page 3 of 67
FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL PRODUCTS AND
COMMERCIAL SERVICES
FAR 52.212-5 – CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT
STATUTES OR EXECUTIVE ORDERS – COMMERCIAL PRODUCTS AND COMMERCIAL
SERVICES
DLAD 52.204-9000 CONTRACTOR PERSONNEL SECURITY REQUIREMENTS
Additional provisions/clauses other than those stated above may be required on the solicitation as well as
the resulting award document.
Attachments
Attachment 1 Performance Work Statement (PWS)
Attachment 2 CLIN Structure
Attachment 3 Delivery Schedule
Attachment 4 PWS Compliance Form
Attachment 5 QASP
Attachment 6 Offeror Representations and Certifications (FAR 52.212-3)
Attachment 7 Procurex Reverse Auction Instructions
Attachment 8 FAR clause 52.204-30

Contact Information

Contracting Office Address

  • 5404 J AVE BLDG 404
  • NEW CUMBERLAND , PA 17070-5059
  • USA

Primary Point of Contact

Secondary Point of Contact

History