Skip to content
Department of Defense

Small Format Color Printer

Solicitation: SP700026RFI1007
Notice ID: 8bfe6b49ea894a1a8bc33bc3e608e66f
TypeSources SoughtDepartmentDepartment of DefenseAgencyDefense Logistics AgencyPostedFeb 24, 2026, 12:00 AM UTCDueMar 13, 2026, 04:00 PM UTCCloses in 15 days

Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: 17070. Response deadline: Mar 13, 2026.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: SP700026RFI1007. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$68,699,272,131
Sector total $68,699,272,131 • Share 100.0%
Live
Median
$253,715
P10–P90
$29,763$10,909,709
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($68,699,272,131)
Deal sizing
$253,715 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
17070
Contracting office
New Cumberland, PA • 17070-5059 USA

Point of Contact

Name
David Purvis
Email
david.1.purvis@DLA.mil
Phone
614-693-3381

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DCSO
Office
DCSO HARRISBURG • DCSO-P NEW CUMBERLAND
Contracting Office Address
New Cumberland, PA
17070-5059 USA

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

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.