Loading...
SP7000-26-Q-1016
Response Deadline
May 31, 2026, 6:00 PM(EDT)30 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 – Streamlined solicitation for commercial products or commercial services, in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) number SP7000-26-Q-1016.
This notice incorporates clauses and provisions in effect through Federal Acquisition Circular (FAC) 2026-01 effective 13 March 2026, Defense Federal Acquisition Regulation Supplement (DFARS) Change effective date 10 November 2025, and Defense Logistics Acquisition Directive (DLAD) Revision 5 effective 12 January 2026 through PROCLTR 26-03.
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 acquisition is set aside for small business. 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.
Requirement Description
DLA Information Operations (EMS) Division seeks to enter into a contract for up to 60-month lease of 32 (thirty-two) Multi-functional Devices (MFDs) and 27 (twenty-seven) Removable Hard Drives, including installation and removal, full-service maintenance, all consumable supplies (excluding paper), key operator training, reports, relocations, network functionality, and network security for various locations in Japan. Please refer to Attachment 1 - Performance Work Statement.
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
The order will consist of (1) base period and (5) option periods.
Base Period: 08/01/2026 – 03/31/2027
Option 1: 04/01/2027 – 03/31/2028
Option 2: 04/01/2028 – 03/31/2029
Option 3: 04/01/2029 – 03/31/2030
Option 4: 04/01/2030 – 03/31/2031
Option 5: 04/01/2031 – 07/31/2031
Network Testing
Will only be accomplished with the lowest priced technically acceptable awardee after award in-accordance-with the requirements set-forth in the PWS. If the awardee is unable to pass network testing then the award will be terminated for cause in-accordance-with FAR 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
60 Days after receipt of contract. See Attachment 1 – PWS for additional details.
Joseph D'Arcy
David Corvino
DEPT OF DEFENSE
DEFENSE LOGISTICS AGENCY
DCSO
DCSO HARRISBURG
DCSO-P NEW CUMBERLAND
DCSO-P NEW CUMBERLAND
5404 J AVE BLDG 404
NEW CUMBERLAND, PA, 17070-5059
NAICS
Office Machinery and Equipment Rental and Leasing
PSC
LEASE OR RENTAL OF EQUIPMENT- OFFICE MACHINES, TEXT PROCESSING SYSTEMS, AND VISIBLE RECORD EQUIPMENT
Set-Aside
Total Small Business Set-Aside (FAR 19.5)