W036--Lease of Reproduction Automation Printer and Mail Equipment
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 Department of Veterans Affairs (VA), Network Contracting Office 22, is soliciting quotations for the lease of Reproduction Automation Printer and Mail Equipment for the San Diego VA Medical Center in San Diego, California. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity seeks hardware and software solutions to enhance mailroom operations, streamline outgoing patient communications, and reduce returned mail. Offers are due March 27, 2026, at 12:00 PM PDT.
Scope of Work
The VA requires a comprehensive solution including the lease of mail and reproduction automation hardware and software. Services encompass installation, de-installation, maintenance, repair, replacement, relocation, training, and ongoing support for a minimum of five years. The contractor will furnish consumables (excluding paper). Key equipment includes Color and Monochrome Production Print Devices, an Intelligent Inserter, and a Mail Metering & Shipping System. Mail order software must interface with ScriptPro and other shipping systems, adhering to HIPAA privacy laws.
Technical specifications have been clarified:
- Registration Accuracy: Up to 0.8 mm for color machines.
- Sensing Units: External/integrated units for calibration and monitoring are acceptable.
- Laser Resolution: 2400x4800 dpi or better for both color and monochrome engines.
- Media Weight: Devices must support weights of no less than 470 gsm, with a 500-sheet Multi-Bypass Tray required.
- Service Model: The requirement for "Customer-replaceable units" has been removed in favor of a comprehensive service model by OEM-trained technicians.
- Monochrome Duty Cycle: Accepted at 2.5 million images/month.
- Monochrome Resolution: High-definition 600 x 2400 dpi is acceptable.
Software requirements for shipping:
- The single scan process for order numbers and VistA user access to shipment tracking for writing back information applies only to UPS and Endicia shipments, not regular mail meter shipments.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Period of Performance: One base year (April 1, 2026 - March 31, 2027) with four one-year option periods.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be certified and listed in the SBA database.
- NAICS Code: 532490 (Other Equipment Rental and Leasing), Size Standard: $40.0 Million.
- Offer Due Date: March 27, 2026, 12:00 PM PDT.
- Questions Due Date: March 20, 2026, 12:00 AM PST.
- Award Deadline: April 1, 2026 (due to current equipment reaching end-of-life on March 31, 2026).
Evaluation
Proposals will be evaluated based on Technical Approach (Factor 1), Experience (Factor 2), Past Performance (using CPARS or other available information), and Price Reasonableness.
Important Notes
This requirement is time-sensitive, and an extension to the RFQ cannot be granted as it would significantly impact patient care. All offers must be submitted in writing via email to Charity.Cazee@va.gov in PDF format. Vendors are strictly prohibited from contacting VA Medical Center employees directly regarding this RFQ.