ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Uninterrupted Power Supply Maintenance and Repair Services

TREASURY, DEPARTMENT OF THE 2031ZA-26-Q-00043
Response Deadline
Mar 16, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking qualified contractors to provide Uninterruptible Power Supply (UPS) Maintenance and Repair Services. The procurement includes preventive maintenance, emergency services, and repairs for UPS systems at BEP facilities in Washington, D.C., with a contract structure comprising a base year and four option years. These services are critical for ensuring continuous power supply and operational reliability for the Bureau's printing operations. Interested parties must submit their quotations via email by March 16, 2026, and direct any questions to Lasonia Brown at lasonia.brown@bep.gov by March 10, 2026, at 12:00 Noon EST.

Classification Codes

NAICS Code
811310
Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
PSC Code
J061
MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT

Solicitation Documents

7 Files
Wage Determination 2015-4281.pdf
PDF2879 KBMar 6, 2026
AI Summary
The Service Contract Act Wage Determination #2015-4281, Revision #35, outlines wage rates and fringe benefits for various occupations in the District of Columbia, specific counties in Maryland (Charles, Prince George's), and Virginia (Alexandria, Arlington, Fairfax, Falls Church, Fauquier, Loudoun, Manassas, Manassas Park, Prince William, Stafford). This determination, revised on December 3, 2025, covers a wide range of services, including administrative support, automotive, food preparation, health, information technology, and maintenance. It also details provisions for health and welfare, vacation, and holidays. The document includes guidelines for hazardous pay differentials, uniform allowances, and procedures for classifying unlisted occupations through a conformance process, emphasizing compliance with Executive Orders 13706 and 13658 regarding paid sick leave and minimum wage for contractors.
Attachment 4_QASP.pdf
PDF1704 KBMar 6, 2026
AI Summary
The Quality Assurance Surveillance Plan (QASP) for GSA RFQ1787946 outlines the government's methods for ensuring contractor performance for Uninterrupted Power Supply (UPS) services. The plan details the scope of work, which includes preventive maintenance, testing, and emergency repair for UPS systems, batteries, and chargers. It establishes roles and responsibilities for the Contracting Officer (CO) and Contracting Officer’s Representative (COR), emphasizing the contractor's accountability for quality control. The QASP describes surveillance methods, including periodic inspections and customer feedback, and defines a three-level system for non-conforming performance (Minor, Major, Critical) with corresponding documentation and resolution procedures. Data analysis will be used to identify trends and adjust surveillance schedules. The COR will submit monthly status reports to support Contractor Performance Assessment Reporting System (CPARS) ratings. The document also includes attachments such as the Performance Requirements Summary (PRS) with performance objectives and thresholds, and forms for customer complaints and contract discrepancy reports.
Attachment 3_ EHS Contractor Requirements.pdf
PDF213 KBMar 6, 2026
AI Summary
The Bureau of Engraving and Printing (BEP) outlines standardized environmental, health, and safety (EHS) requirements for contractors at its Washington D.C. Facility. This document, 75D-07.0-04, defines general safety protocols, mandatory training, required plans (Safety & Fire Prevention, Safety Data Sheets, Waste Management), and record-keeping procedures. It specifies internal and external permits for various activities, including cutting, welding, construction, confined space entry, and environmental reviews for air, water, and storm water. The document also details general health and safety measures, fire protection, electrical safety, compressed gas cylinder handling, powered industrial truck operations, spill management, and protocols for hazardous building materials like asbestos, lead-based paint, and PCBs. Contractors are responsible for compliance, providing PPE, reporting incidents, and managing waste according to federal, local, and BEP regulations, with the more stringent requirement taking precedence in case of conflict.
TCSC APU 26-01 Operational Acquisition Procedures 2-12-2026 FINAL.pdf
PDF400 KBMar 6, 2026
AI Summary
The Treasury Common Services Center issued a memorandum to implement Acquisition Procedures Update (APU) No. 26-01, mandating staffing plans and monthly workforce reports for service acquisitions set aside under FAR Part 19 Small Business. This directive, effective February 12, 2026, requires contracting officers and Bureau Chief Procurement Officers (BCPOs) to integrate these requirements into new and existing contracts, with modifications due within 60 days. Contractors must submit monthly workforce reports via the Invoice Processing Platform, certifying that small businesses and their subcontractors perform a majority of the work (51% for services, 15% for construction, 25% for special trades). BCPOs are responsible for oversight, prioritizing high-value contracts, and submitting weekly progress reports. Contracting Officers must issue standalone modifications and include specific language in solicitations, ensuring compliance and proper reporting in the Federal Procurement Data System.
Attachment 2_Monthly Workforce Report Post Award Contract Deliverable.xlsx
Excel12 KBMar 6, 2026
AI Summary
Attachment 2, titled “Monthly Workforce Report (Post-Award Contract Deliverable),” outlines the requirements for contractors to submit monthly workforce reports. These reports, due within five business days after each billing cycle, must be certified by an authorized company official. The certification affirms that the small business prime contractor and its similarly situated subcontractors collectively performed at least 51 percent of the total contract cost for personnel during the reporting period. This information is critical for the Contracting Officer (CO) to verify compliance throughout the contract's performance. The report requires detailed information including billing period dates, employer company, labor category and type, employee name, unique ID, work status, hours worked, work location, contract start/end dates, and employee contact information.
Attachment 1_Initial Staffing Plan_Proposal Deliverable.xlsx
Excel11 KBMar 6, 2026
AI Summary
Attachment 1, titled "Initial Staffing Plan (Proposal Deliverable)," is a crucial component for offerors responding to government solicitations, including federal RFPs, federal grants, and state/local RFPs. This document mandates offerors to meticulously complete and certify a table detailing their proposed staffing for both the base and any option periods of a contract. The plan requires comprehensive information for each labor category, including the period of performance, employer company, labor type (technical/non-technical), employee's full name, PIV/employee unique ID (due by the first monthly report), estimated Level of Effort (LoE) in hours or FTEs, work location (on/offsite), employee's work email and phone number, and complete work address with zip code. Additionally, the document specifies that sensitive information must be marked "CUI/SP-PRVCY." This attachment ensures that government agencies receive a clear and detailed breakdown of the proposed project team, facilitating evaluation and compliance with staffing requirements.
RFQ_2031ZA26Q00043_Uninterruptable Power Supply.pdf
PDF817 KBMar 6, 2026
AI Summary
This Request for Quotation (RFQ) from the Bureau of Engraving and Printing (BEP) seeks a contractor to provide Uninterruptible Power Supply (UPS) preventive maintenance, emergency services, and repairs (excluding battery replacement) for its facilities in Washington, DC. The contract has a base year and four option years. Key services include semi-annual preventive maintenance, 24/7 emergency response with a 24-hour on-site response time, and corrective repairs using OEM parts. The contractor must develop a Quality Control Plan, adhere to BEP security regulations, and provide monthly workforce reports for small business set-aside considerations. Pricing for emergency services and repairs will be based on hourly rates and actual material costs, with Not-To-Exceed ceilings for certain services.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 6, 2026
deadlineResponse DeadlineMar 16, 2026
expiryArchive DateMar 31, 2026

Agency Information

Department
TREASURY, DEPARTMENT OF THE
Sub-Tier
BUREAU OF ENGRAVING AND PRINTING
Office
OFFICE OF THE CHIEF PROCUREMENT OFFICER

Point of Contact

Name
Lasonia Brown

Place of Performance

Washington, District of Columbia, UNITED STATES

Official Sources