Federal Contract Opportunity

Last Updated on 30 Jun 2025 at 10 PM
Solicitation
Clinton Mississippi

70FBR425Q00000159 Copier Rental - DR4874-MS

Details

Solicitation ID 70FBR425Q00000159
Posted Date 30 Jun 2025 at 10 PM
Response Date 07 Jul 2025 at 4 PM
NAICS Category
Product Service Code
Set Aside Local Area Set-Aside (FAR 26.2)
Contracting Office Region 4
Agency Department Of Homeland Security
Location Clinton Mississippi United states 39056

Possible Bidders

Ricoh Americas Corporation

South san fran Lenexa Greenbelt Caldwell Rockville Berwyn West caldwell Atlanta Arlington Tampa Stamford Coppell Brisbane Malvern Wayne Fairfax Orlando Alexandria

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Xerox Corporation

Shawnee mission Bettendorf Belton San juan Albuquerque Lexington park Miami lakes Oakland Montgomery El segundo Harrisburg Seattle Sacramento Hialeah Miami Salt lake cit Honolulu Memphis Las vegas Spokane Tampa Stamford East rocheste Dayton Kenner Morris plains Peoria Champaign Camp hill Bellevue Cincinnati Fremont Tempe El paso Pasadena Knoxville Park ridge Madison Elizabethtown Mc lean Norfolk Charlotte San antonio Anchorage Leesburg Frederick Saint petersb Boston Arlington Blauvelt Wilmington Ridgeland Southfield Philadelphia Waltham Lutherville ti Atlanta Medford Herndon Fort wayne Baltimore Mclean Horsham Dublin Saint petersbu Denver Webster East rochester Tulsa Fresno Syracuse Saint louis Saint petersburg Orlando Beaumont Salt lake cy Rosemont Pittsburgh Hartford Chicago Portland Marlton Frenchtown Los angeles Fort worth Lexington Rochester Springfield Woodbury Houston St petersburg Coppell Boise Ft washington Norwalk Wilsonville Jefferson city Birmingham East hartford Palo alto Santa fe springs Irvine Washington Tucson Somis Ann arbor Santa fe sprin San bernardino Safford Topeka Irving Lewisville Tarrytown San jose Brookfield Chattanooga Hillside Huntsville Vienna Santa clara Minneapolis Phoenix Salisbury Santa ana E. rochester Louisville Monrovia Cleveland Des plaines Fayetteville Pensacola New york St. petersburg Oklahoma city Little rock Dallas San diego Raleigh Richmond Austin San francisco East lansing Arbuckle Santa rosa Carrollton Hinsdale Salt lake city Colorado spgs Fairfax Charleston Indianapolis Englewood Savannah Jacksonville Roanoke Des moines Tukwila Carol stream Princeton Orange Columbia

Ean Holdings Limited Liability Company

Renton San antonio Honolulu Edmond Albuquerque Cincinnati Scott depot Metairie Oklahoma city Dallas Houston Louisville Tualatin Saint louis Franklin Irving Austin

Canon Usa Incorporated

Charlotte Norcross Jamesburg Moorestown Irvine Mount laurel Itasca Arlington Vienna Alexandria Cedar rapids Melville New hyde park

Sign up to access Documents

Signup now

70FBR425Q00000159 | Request for Quote (RFQ)

Copier Rental - DR4874-MS Declaration for the State of MS

Quotes Due: Monday, July 7, 2025 | 11:00 am CT

Solicitation Deadlines

Questions

  1. Offerors must submit questions no later than 3:00 p.m. (CT) on Wednesday, July 2, 2025. Please email your questions to [email protected].

Quotes Due

  1. Offerors must submit their required information no later than 11:00 am (CT) on Monday, July 7, 2025. Please email quotes to [email protected].

Purpose

The Department of Homeland Security, Federal Emergency Management Agency, has a requirement for the lease of (4) copier device to include maintenance and support services and all necessary supplies, excluding paper.

Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart  12.6, as supplemented with additional information included in this notice, and FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government intends awarding one purchase orders issued on a firm-fixed-price basis. Please be advised, funds are not presently available for this requirement. The Government’s obligation under this request is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this requirement and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.

  1. The North American Industrial Classification System (NAICS) code is 532420 (PSC) W074 entitled Office Machinery and Equipment Rental and Leasing with a small business size standard is $40.0 million.
  2. All eligible offerors may bid; however, in accordance with an emergency declaration by the President of the United States under the authority of the Robert T. Stafford Disaster Relief and Emergency Assistance Act ( 42 U.S.C. 5121, et seq.), preference shall be given, to the extent feasible and practicable, to local firms to the state of MS.

Combined Synopsis/Solicitation

Submission Description

The Contractor shall propose four (4) Multi-Functional Devices (MFDs) and ancillary products with attached specifications to meet the attached statement of work requirements and agency requirements (MFDs that are not TAA Compliant are not authorized for this copier rental requirement).

The Contractor shall confirm the following:

  • Is the unit TAA Compliant?
  • Is the unit FIPS 140-2 Compliant?
  • Is the Unit TPM Compliant?
  • Is the Unit Microsoft Universal Print Ready?
  • Is the Unit Compatible with Windows 11?
  • Is the Unit Compatible for user authentication from HSPD – 12 USB PIV Card Readers and User Loging and password; and static device such as Ferrite Shields?

Acceptable Brands/Models and Agency Requirements for MFD

  1. Canon (IR DX C5870i)
  2. Konica (501, C360, C368, C454e, C552, C4050i)
  3. Ricoh (IM 2500, MP 3555 SP, MP 4055PG, MPC3500, MP C4500, IM 5000, MP 6055SP, 6000G, IM C3000, IMC4500, IM C6000)
  4. Xerox (C8155, B8170)
  5. Kyocera (TASKalfa 5054ci, TASKalfa 5004i)

• All MFDs shall have hard drive data encryption or image overwrite after each print, copy, scan, facsimile (fax), and e-mail job. Overwrite shall include, at a minimum, the capability of a hard drive over-write and over-write capabilities for Flash, and other memory source where data is buffered. The available method shall be described by the contractor for all devices offered under this delivery order.

• MFDs shall provide functional separation, meaning physical and logical separation of fax functions from copy, scan, self-contained document server/repository, and e-mail functions. The contractor shall clearly explain and/or provide documentation that verifies or certifies the separation.

• All MFDs shall offer the ability to password fax address books.

• All MFDs shall have the ability to updated to the latest firmware\software.

• MFDs shall offer the ability to encrypt documents being e-mail. Encryption must be compliant with FIPS 140-2. FIPS 140-2 is Federal law.

• MFDs shall allow access by only approved USB encryption device and shall be capable of disabling firewire interfaces. MFDs shall be capable of disabling serial connectors and Bluetooth interfaces.

• All removable memory chips or cards, hard drives, optional removable hard drives with locks, and optional physical locks to secure internal parts capable of storing information shall be surrendered to an appropriate security official as determined by the ordering activity for destruction, upon request.

• The memory and hard drives shall be de-imaged and or the drives shall have capability to enable data to overwrite.

• All MFDs before the contractor shall be allowed to remove the leased equipment, the MFDs hard drive shall be compliant with DHS and FEMA policies for dispositioning/decommissioning device (i.e. DoD compliant disk wipe or hard drive removal before returning MFDs to vendor for repair, replacement, etc.) Ensuring that memory and hard drives do not leave the FEMA’s facility; they are to be replaced and the memory and hard drives are destroyed as sensitive media.

• Ability to print, scan, copy, and e-mail documents.

• Ability to connect to the FEMA network. See Appendix A.

• Two or Three Drawer paper storage.

• Functional Separation (physical and logical separation of facsimile functions from copy, scan, self-contained document server/repository and e-mail functions.).

• Automatic document feeder.

• Keypad or Touch Screen.

• Self-diagnostic system which indicates at a minimum, the following conditions: needs toner, needs paper and paper jam.

• Energy Star Compliant.

• Printer Control Language (PCL) and Postscript (PS) printer languages.

• Security Data Kits.

• Capability for data overwrite and controlling user access.

• Ability to handle letter (8 ½ x 11), legal (8 ½ x 14), and the optional accessory 11” x 17” paper sizes, with adjustable paper trays.

• Ability to function with recycled paper.

• Optional Hard drive (if needed for machine functionality).

• Equipment must be in good working condition.

• No PIV capability is required.

Figure 3: Band Level Chart

The Contractor shall provide MFDs models in accordance with the following Bands levels (Chart Attached)

****NOTE: Contractor will surrender all hard or digital drives to FEMA prior to removal of the unit upon contract completion. FEMA Logistics must witness removal and take possession.

Pricing Requirements

Pricing shall be completed on the attached pricing schedule for the rental of four (4) copiers for a period of performance base of three (3) months and one option period of three (3) months per the specifications outlined in the statement of work.

Period of Performance

  1. The period of performance shall be three (3) months from date of award with one (1) three (3) month option period.
  2. FAR 52.217-9 Option to Extend the Term of the Contract for the three-month option period
  3. FAR 52.217-8 Optional CLIN will be considered in exercising FAR 52.217-8 up to six (6) months if needed.
  4. FAR 52.217-6 Option for Increased Quantities will be utilized in support of current disaster counties or additional counties added in support of DR4874-MS
  5. The Government anticipates making an award on or around July 10, 2025, or earlier.

Evaluation Factors

Proposal responses will be evaluated based on the below factors as listed in its order of importance in accordance with the requirements outline in the statement of work (SOW).

Factor 1 Delivery Schedule

The Contractor shall provide an earliest delivery schedule, date, and time for four (4) High-Speed Color Multifunction Copier/Printer/Scanner per the requirements of the attached statement of work (SOW).

Delivery Location:

Federal Emergency Management Agency

500 Clinton Center Drive

Clinton, MS 39056

Factor 2 Price/Product Specification

The Contractor shall provide pricing inclusive of unit price per quantity, total price, anticipated delivery date, and delivery/pickup fees. The Contractor shall provide images/specifications for the copier/printer/scanner or the proposal submission will be considered incomplete. The contracting officer will establish price reasonableness in accordance with 13.106-3

Factor 3. Past Performance

The Contractor shall provide a business capability statement and a (minimum of 3 examples) of past performance of similar contracts in magnitude, scope, and complexity.

~END~

Similar Opportunities

Vicksburg Mississippi 15 Jul 2025 at 5 PM
Scott air force base Illinois 23 May 2026 at 11 PM
Location Unknown 09 Jul 2025 at 3 PM
Loveland Colorado 09 Jul 2025 at 3 PM
Elizabeth city North carolina 08 May 2026 at 4 PM

Similar Awards

Location Unknown Not Specified
Location Unknown 13 Nov 2015 at 9 AM
Fort irwin California 02 Jul 2009 at 12 AM
Location Unknown 10 Nov 2016 at 8 AM
Location Unknown Not Specified