Printer Lease and Maintenance 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 USDA Agricultural Research Service (ARS) is soliciting quotes for Printer Lease and Maintenance Services for two Ricoh Pro 8410s high-speed production printers in Saint Louis, MO. This is a Total Small Business Set-Aside. Quotes are due Friday, April 10, 2026, at 1:00 pm Mountain Daylight Time.
Purpose & Scope
This Request for Quotation (RFQ) seeks a contractor to lease and maintain two Ricoh Pro 8410s printers with specific peripherals (Scanner, Vacuum Feed LCIT, Fiery Color Controller, Finisher, Multi-Folding Unit for one unit) for the National Agricultural Statistics Service (NASS) Print Mail Center. The service agreement includes on-site service with a four-hour response time during business hours, consumables (toner & drum), parts, preventative maintenance, and certified Fiery software support. An end-of-lease purchase option is required. The government anticipates approximately 4,000,000 black and white pages per printer annually.
Contract Details
This is a combined synopsis/solicitation for commercial items, issued as an RFQ (Solicitation #1232SA26Q0368). The anticipated contract type is Firm-Fixed Price, with a base period and four one-year option periods, not to exceed five years and six months total. The acquisition is a Total Small Business Set-Aside under NAICS Code 532420 (Small Business Size Standard: $40.0 million). Performance will be at the PMC in St. Louis, MO.
Submission & Evaluation
Quotes must be submitted electronically via email to frank.palmer@usda.gov. Award will be made to the responsible offeror providing the Best Value to the Government, based on a comparative evaluation of technical capabilities, relevant experience, past performance, and price. Offerors must be active and registered in SAM.gov and provide documentation from Ricoh USA, Inc. certifying them as an authorized dealer. The government will only accept TAA compliant devices.
Key Clarifications & Notes
A Justification for Restriction of Competition indicates the Ricoh Pro 8410s are required due to compatibility with existing NASS finishing equipment and staff training. Recent Q&A clarified that OCR for scanners, staples inclusive service agreements, and Trained Customer Replaceable Units (TCRUs) are not required. An indicator pole is required for each printer. Wage rates (Attachment 3) for specific counties in Illinois and Missouri apply, impacting labor costs.
Deadline & Contact
Quotes are due by Friday, April 10, 2026, at 1:00 pm Mountain Daylight Time. Primary contact is Frank Palmer at frank.palmer@usda.gov.