Leasing of Printer Supply/Services
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 Mission and Installation Contracting Command (MICC) – Fort Bliss, Texas, is soliciting offers for the Leasing of Printer Supply/Services. This requirement is for the provision of 36 new Multifunctional Devices (MFDs) and associated full-service maintenance to replace an aging fleet at AFSBn-Bliss HQ, Fort Bliss, Texas. This acquisition is a Total Small Business Set-Aside. Offers are due by April 8, 2026, at 10:00 AM MST.
Scope of Work
The contractor will provide an operating lease for MFDs that meet specific salient characteristics, including color printing, copy/scan functionality, CAC Smartcard enablement, and standard finishing capabilities. The requirement includes a Full-Service Maintenance Agreement covering all service and supplies such as print consumables, toner, developer, dry ink, cleaning rollers, fillers, staples, and hard drive removal. The Army will retain ownership of hard drives at the end of the contract.
Key deliverables include providing non-personal services, furnishing all labor, tools, equipment, transportation, materials, testing, and supervision. MFDs must remain in inventory for the duration of awarded delivery orders or be replaced by devices of equal or better capabilities at no additional cost. Specific TAA Compliant Xerox models (e.g., VersaLink B415/YDN, C625/YDN, C7125/YS) and accessories are required. Performance standards include 90% MFD availability and an 8-working-hour on-site technician response time if remote resolution fails. The contractor must also develop a Quality Control Plan (QCP) and comply with security requirements, including background checks and training.
Contract Details
- Contract Type: Firm-Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 532420 (Small Business Size Standard: $40,000,000)
- Product Service Code: 3610
- Period of Performance: A 12-month base period (May 1, 2026 – April 30, 2027) and one 12-month option period, preceded by a 30-day phase-in.
- Place of Performance: Fort Bliss, Texas
- Department/Agency: DEPT OF DEFENSE / DEPT OF THE ARMY / W6QM MICC-FT BLISS
Submission & Evaluation
Offers are due by April 8, 2026, at 10:00 AM MST. The solicitation incorporates FAR clauses 52.212-1, 52.212-4, and 52.212-5 by reference. Evaluation factors will be used to determine the most advantageous offer to the Government, considering price and other factors.
Contact Information
- Primary: Hasan Williams (hasan.j.williams.mil@army.mil, 9155685881)
- Secondary: Major Alan Lambert (alan.r.lambert4.mil@army.mil, 5209443856)