Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2026 SAM #8858
SOURCES SOUGHT

99 -- Small Format Color Printer

Notice Date
2/24/2026 10:05:38 AM
 
Notice Type
Sources Sought
 
Contracting Office
DCSO-P NEW CUMBERLAND NEW CUMBERLAND PA 17070-5059 USA
 
ZIP Code
17070-5059
 
Solicitation Number
SP700026RFI1007
 
Response Due
3/13/2026 9:00:00 AM
 
Archive Date
03/18/2026
 
Point of Contact
David Purvis, Phone: 614-693-3381
 
E-Mail Address
david.1.purvis@DLA.mil
(david.1.purvis@DLA.mil)
 
Description
REQUEST FOR INFORMATION/SOURCES SOUGHTSP7000-26-RFI-1007Small-Format color reproduction equipment INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACTS (IDIQs)General Information:This is a Request for Information (RFI)/Sources Sought only and in no way obligates the Government in an award of any contract. Any information submitted in response to this RFI is strictly voluntary. This RFI is issued for the purpose of determining market interest, feasibility, and capability of sources. There is no solicitation package available.Defense Logistics Agency (DLA) Document Services seeks multiple award fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contracts for up to 60-months for the purchase and subsequent maintenance for Small-Format color reproduction equipment for use by only DLA Document Services in the Continental United States (CONUS) and non-foreign Outside the Continental United States (OCONUS) Hawaii locations. The Defense Logistics Agency (DLA) seeks to identify qualified Business sources from industry for the purchase of Small-Format color reproduction equipment and the following associated ongoing services:- Delivery and Installation of the Equipment.- Maintenance and Repair of the Equipment.- Provision of Consumable Supplies (Excluding Paper) for the Operation of the Equipment.- Networking Functionality of the Equipment.- Information Technology (IT) Security Accreditation and Technical Support for the Equipment.- Training on Using the Equipment; AND- Meetings, Reports, and Administration Regarding the Equipment.Specific equipment capability requirements for usage bands 90 and 100, are set forth at Attachment 2 - Equipment Specification Requirements, minimum features section.Previous multiple award contracts are SP7000-21-D-0004 and SP7000-21-D-0005A response to this RFI/Source Sought shall not be considered an adequate response to any forthcoming solicitation announcement. The Government WILL NOT provide a debriefing on the results of this RFI/Sources Sought. The Government will not pay for any information submitted in response to this RFI nor will the Government compensate any respondent with costs incurred in developing the information provided to the Government to this RFI/Sources Sought or any follow-up information requests. All information submitted will be held in a confidential manner and will only be used for the purpose intended.Attachments: Attachment 1 - Performance Work StatementAttachment 2 ? Equipment SpecificationsAttachment 3 ? CLIN StructureAttachment 4 ? Facility locationsAttachment 5 ? Questions/CommentsSubmission Requirements:Interested companies must demonstrate their ability to perform in accordance with the Attachment 2 ? Performance Work Statement by submitting a brief capabilities package and this package shall be no more than ten (10) pages in length. Additionally, all questions and comments shall be submitted on Attachment 5 ? Questions and Comments.At a minimum, the capabilities package should include the following:? Company name, office location(s), Unique Entity ID, CAGE code, and POC information (Name, Title, Phone Number, and Email address).? A statement identifying whether the company is a large business or small business and whether the company?s System for Award Management (SAM) account status is active.? A statement identifying whether the company is a Manufacturer or a Reseller. Note: If the company is a Reseller, identify whether the devices will be procured from a large or small business.? Relevant experience within the past three (3) years including the following:o Contract number(s).o Names of individuals responsible for the referenced contract(s)/project(s).o Email addresses of the individuals responsible for the referenced contract(s)/project(s).o If the company acted as a subcontractor, identify the specific work the company actually performed as the sub-contractor.o If the company does not have relevant experience, state ?none? for relevant experience.? If applicable, provide comments to the draft Attachment 1 ? Performance Work Statement, Attachment 2 ? Equipment Specifications and Attachment 3 ? CLIN Structure utilizing Attachment 5 ? Questions and Comments.Upon review of the industry response to this RFI/Sources Sought, the Government will determine whether a set-aside acquisition is in the Government?s best interest.All qualified sources from industry interested in this announcement, please provide the information below by electronic mail to the Government point of contact no later than March 13, 2026 by 12:00 PM EDT.? Business Name? SAM UEI Number? Cage Code? Point of Contact Information? GSA Contract information? Can the equipment/services be provided on a GSA contract?Government Points of Contact:? Primary POC: David Purvis, Contract Specialist, Email: David.1.Purvis@dla.mil? Secondary POC: John Lingrel, Contracting Officer, Email: john.lingrel@dla.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8bfe6b49ea894a1a8bc33bc3e608e66f/view)
 
Place of Performance
Address: 17070
Zip Code: 17070
 
Record
SN07726034-F 20260226/260224230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.