Snow and Ice Removal, Bureau of Printing and Engraving - Currency Production Facility in Washington, D.C. (DCF)
ID: 2031ZA25Q00071Type: Combined Synopsis/Solicitation
Overview

Buyer

TREASURY, DEPARTMENT OF THEBUREAU OF ENGRAVING AND PRINTINGOFFICE OF THE CHIEF PROCUREMENT OFFICERWASHINGTON, DC, 20228, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking qualified contractors for snow and ice removal services at its Currency Production Facility in Washington, D.C. The procurement aims to establish a Blanket Purchase Agreement (BPA) to ensure safe access to the facility by managing snow and ice removal operations, including the application of de-icing agents and timely response to weather conditions. This service is critical for maintaining operational safety and accessibility during winter weather, reflecting the government's commitment to public safety. Interested small businesses must submit their proposals electronically by February 27, 2025, and can direct inquiries to Samuel Lopez at samuel.lopez@bep.gov or Candace Noel at candace.noel@bep.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for commercial items issued by the Bureau of Engraving and Printing (BEP) for snow and ice removal services over a five-year period. It establishes the terms of a Blanket Purchase Agreement (BPA), detailing the obligations of both the government and the contractor. Authorized personnel can place orders up to specified financial limits, safeguarding proper purchasing practices. The total value of all orders cannot exceed $499,999.99, with restrictions on order amounts based on the competency of the caller. It mandates contractors to submit monthly billing reports and accept payment primarily through Government Purchase Cards. The document also enumerates the necessary contract clauses, compliance certifications, and contact information for the Contracting Officer and other pertinent representatives. Additionally, it emphasizes adherence to various federal acquisition regulations applicable to small businesses, including those that specify requirements for women-owned, service-disabled veteran-owned, and HUBZone businesses. Overall, this solicitation promotes transparency and regulatory compliance while establishing a framework for government procurement of essential services.
    The Bureau of Engraving and Printing (BEP) has issued a modification to solicitation 2031ZA25Q00071 for snow and ice removal services at its currency production facility in Washington, D.C. This amendment incorporates answers to previous questions, updates the contract clauses and solicitation deadlines, and changes the proposal submission close date to February 21, 2025. Quoters are required to submit their proposals electronically and comply with strict formatting guidelines. Proposals must include an administrative volume with essential company information, a technical volume showcasing capability and approach, a past performance volume with references, and a price volume using a specific template. There's a requirement for valid past performance information from relevant contracts performed within the last four years, valued over $25,000. The Government aims to award a single Blanket Purchase Agreement based on a 'Lowest Price Technically Acceptable' evaluation. All submissions must ensure adherence to outlined instructions, including acknowledgment of amendments and timely submission to prevent rejection of delayed offers. This document serves to clarify requirements and ensure compliance in the solicitation process for federal contracts.
    The document is an amendment to a solicitation, specifically regarding the contract identified by code 2031ZA25Q00071. The main purpose of this amendment is to update the schedule related to a solicitation's site visit and submission deadlines. The site visit date has been changed from February 12, 2025, to February 18, 2025, and the solicitation close date has been extended from February 21, 2025, to February 27, 2025, both with a specified time of 10:00 AM. It is crucial for contractors to acknowledge receipt of this amendment, as failure to do so may lead to offer rejection. The amendment maintains all other terms and conditions of the original solicitation and is issued by the Bureau of Engraving and Printing's Office of Acquisition in Washington, D.C. The modification emphasizes the importance of staying informed about updates to ensure compliance with submission requirements and timelines.
    The Bureau of Engraving and Printing (BEP) has released a Request for Proposal (RFP) for snow and ice removal services through a Blanket Purchase Agreement (BPA) over five years, from January 1, 2024, to December 31, 2028. The contractor will be responsible for ensuring safe access to the BEP’s Main and Annex Buildings located in Washington, D.C., particularly in winter months when snow and ice may impede operations. Services include clearing sidewalks, steps, driveways, and emergency exits, and applying approved materials to prevent ice buildup. Response times for snow removal are set at two hours after notification, and the contractor must maintain a workforce available 24/7. Quality control measures are emphasized, requiring the contractor to establish a Quality Control Plan (QCP) for adherence to standards. There are also detailed specifics regarding pricing structures based on snow accumulation. Security protocols require contractor personnel to obtain perimeter badges for access to the site. The RFP reflects the government's commitment to operational efficiency and employee safety during adverse weather conditions while ensuring compliance with local regulations.
    The DCF Snow and Ice Removal Service Blanket Purchase Agreement outlines the provision of snow and ice removal services for the Bureau of Engraving and Printing (BEP) in Washington, D.C., to ensure safe access to its Main and Annex Buildings. The contract requires the contractor to manage all personnel, equipment, and materials necessary for both scheduled and emergency operations, emphasizing continuous operation and compliance with local safety regulations. The expected contract duration is from January 1, 2024, to December 31, 2028, with an annual price review. Key responsibilities include clearing snow and applying de-icing agents, particularly magnesium chloride and propylene glycol, while avoiding damaging materials in sensitive areas. The contractor must monitor weather conditions and respond to snow events within two hours, maintaining pathways for pedestrians and emergency exits. Additionally, the contractor must adhere to specific quality control measures and report to government officials as required. Overall, this agreement reflects the government's commitment to ensuring safe and accessible buildings irrespective of winter weather challenges.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, specifying minimum wage rates and benefits for various occupations in federal contracts. Wage Determination No. 2015-4281, revised on July 22, 2024, addresses contracts awarded or extended after January 30, 2022, establishing a minimum wage of $17.20 per hour, or $12.90 for contracts between January 2015 and January 2022, if not renewed. Detailed wage rates for numerous jobs are provided, with distinctions for specific conditions under Executive Orders relating to minimum wage and paid sick leave. The document emphasizes employers’ compliance with the SCA and outlines requirements regarding fringe benefits, including health and welfare payments, paid vacation, holiday pay, and uniform costs. It includes a conformance process for any unlisted job classifications to ensure appropriate wage rates are applied. Overall, the directive aims to protect workers under federal contracts, ensuring they receive fair wages and benefits while complying with established regulations.
    The document presents a price list for snow and ice removal services under RFQ Number 2031ZA25Q00071, covering the ordering periods from 2025 to 2029. It outlines various snow removal categories, including ice/sleet removal and different levels of snow accumulation (under 3 inches, 6-10 inches, and over 10 inches), as well as after-snow event cleanup. Each category is identified with a unique contract line item number (CLIN) and specified as 'each' (EA) unit pricing. This structured format reflects the government's intent to solicit bids or proposals for essential winter services to ensure safety and accessibility during snowy conditions. As part of federal RFPs, the file standardizes the pricing model for contractors to provide competitive rates for these necessary public services, highlighting the government's commitment to effective service management throughout multiple years.
    The Bureau of Engraving and Printing (BEP) has issued a Past Performance Questionnaire for contractors providing Snow and Ice Removal Services. Offerors must submit the questionnaire to at least three assessors relevant to BEP's requirements, which must be similar in size, scope, and complexity to the project outlined. Offerors are responsible for completing Section II of the questionnaire before submission, while assessors are to validate the information and fill out Sections III and V, subsequently emailing the completed form to specified BEP contacts by the deadline of 10:00 AM EST, 21 February 2025. The document outlines the evaluation process, including definitions for assessing contractor performance, from "Exceptional" to "Unsatisfactory." It incorporates criteria such as responsiveness to customer needs, schedule performance, effective management, and the quality of deliverables. Feedback from assessors will guide BEP's assessment of contractor capability for the upcoming project, emphasizing the importance of a thorough evaluation in upcoming federal procurement activities, thus ensuring quality service provision within government standards.
    The document addresses various inquiries related to a government Request for Proposals (RFP) concerning snow removal services. Key topics include designated areas for staging, chemical storage, dump trucks, and information on restroom access for contractor employees. Clarifications confirm that no staging area is allocated for dump trucks beyond an initial staging area, and restroom facilities are not available within the designated contractor zone. Certified payroll is not required for the work. The cleanup process after snow events involves monitoring and applying de-icing materials until all hazards are removed. Additionally, the document outlines a site visit scheduled for February 2025 and clarifies that there is no page limit for the Technical Volume II submissions. Recent past performance references are defined as those within four years prior to the solicitation due date. Overall, the file provides essential guidelines and responses to questions pertinent to the execution of snow removal services, emphasizing operational procedures, contractor expectations, and compliance with RFP regulations.
    Similar Opportunities
    Warehouse Transportation Equipment
    Buyer not available
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking quotations for warehouse transportation equipment, including various models of forklifts and pallet trucks, to enhance material handling operations at its Washington, D.C. facility. The procurement emphasizes the need for equipment that meets specific technical specifications for indoor use, including maintenance services for five years post-purchase, and requires compliance with federal contracting regulations. This initiative is crucial for ensuring operational efficiency and safety in the handling of currency-related materials. Interested small businesses must submit their quotations by March 19, 2025, with the expectation of delivery within 90 days post-award. For further inquiries, potential bidders can contact Erica Hemphill at erica.hemphill@bep.gov.
    S--SNOW REMOVAL SERVICES
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking contractors for snow removal services under the presolicitation titled "S--SNOW REMOVAL SERVICES." The procurement aims to secure reliable snow removal to ensure safe access and operational efficiency at designated sites, particularly during winter months. Snow removal services are critical for maintaining safety and accessibility in federal facilities, especially in regions prone to heavy snowfall. Interested contractors can reach out to Ryan Taylor at rtaylor@usbr.gov or by phone at 801-524-3818 for further details regarding the opportunity.
    Newspaper and Periodical Delivery Solicitation
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking proposals from qualified small businesses for a Blanket Purchase Agreement (BPA) to provide newspaper and periodical delivery services. The procurement aims to ensure timely access to essential publications for Treasury operations, supporting its mission in economic development and financial management. The contract will span a base period of one year, starting May 15, 2025, with four optional renewal periods extending to May 14, 2030, and a maximum estimated value of $375,000 based on future orders. Interested vendors must submit their proposals electronically by February 19, 2025, and can direct inquiries to Michelle A. Greene at michelle.a.greene@irs.gov.
    Bureau of Engraving and Printing (BEP) Request for Information (RFI) - R&D Hidden Machine-Readable Security Features
    Buyer not available
    The Bureau of Engraving and Printing (BEP) within the U.S. Department of the Treasury is issuing a Request for Information (RFI) to explore advancements in hidden machine-readable security features for U.S. currency. This initiative aims to gather insights on innovative technologies or materials that can effectively deter counterfeiting, with a focus on features that are discreet, difficult to replicate, and resilient against unauthorized duplication. The information collected will inform potential future solicitations, although this RFI does not obligate the government to award contracts or provide feedback. Interested parties are encouraged to submit preliminary samples and technical descriptions by October 9, 2025, and can reach out to Kevin Ibershoff or Falcon Albino via email for further inquiries.
    Bureau of Engraving and Printing (BEP) Request for Information (RFI) - R&D Overt Security Features
    Buyer not available
    The Department of the Treasury's Bureau of Engraving and Printing (BEP) has issued a Request for Information (RFI) focused on gathering innovative technologies and materials for overt security features on future U.S. currency. The RFI aims to identify effective counterfeit deterrents that can be easily authenticated by the public without the need for external devices, under various lighting conditions. This initiative is crucial for enhancing the security of U.S. currency against traditional printing and digital reproduction methods. Interested parties are invited to submit preliminary samples and a brief technical description by October 9, 2025, to the designated BEP R&D lead, Kevin Ibershoff, at kevin.ibershoff@bep.gov, or Falcon Albino at falcon.albino@bep.gov. Please note that the government will not compensate for any response costs, and submitted information will assist in assessing potential requirements for future solicitations.
    Bureau of Engraving and Printing (BEP) Request for Information (RFI) - R&D Device Assisted Security Features
    Buyer not available
    The Department of the Treasury's Bureau of Engraving and Printing (BEP) has issued a Request for Information (RFI) focused on researching and developing device-assisted security features for U.S. currency. The BEP is seeking innovative counterfeit deterrent technologies that are not currently available in commercial markets and can be authenticated by the public using low-cost devices, such as optical filters and cell phones. This initiative is part of the government's ongoing efforts to enhance the security of U.S. currency against counterfeiting threats. Interested parties are encouraged to submit preliminary samples and technical descriptions by October 9, 2025, and should direct inquiries to Kevin Ibershoff or Falcon Albino via their provided email addresses.
    Chrome Targets
    Buyer not available
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking quotes for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for ultra-high purity chromium (UHP Cr) targets, which are critical for the production of U.S. currency. The procurement involves securing twenty-four chromium targets with a minimum purity of 99.6%, to be delivered in two locations—Washington, D.C., and Fort Worth, Texas—over five ordering periods extending until 2030. These targets are essential for maintaining the high standards required in currency production, and the contract is set aside exclusively for small businesses, reflecting the government's commitment to supporting this sector. Interested vendors should contact Sharrion Mosley at sharrion.young-mosley@bep.gov or 202-874-3956 ext. 43956 for further details, with proposals due by the specified deadlines.
    Base Notice: Lanscaping, Tree Removal, & Snow Plowing Services BPA - W911S2-LAND -TREE-SNOW
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking multiple businesses for a Blanket Purchase Agreement (BPA) for landscaping, tree removal, and snow plowing services at Fort Drum, New York. The services include landscaping, tree removal, and snow removal within specific designated areas. The Contractor must be able to provide these services 24/7 with a maximum response time of one hour for emergency services. The BPA will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management under NAICS 561730.
    Supply Blanket Purchase Agreement
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for supplies under NAICS 212393: Other Chemical and Fertilizer Mineral Mining. The BPA Holder must be able to provide E-36 Liquid Deicing/Anti-Icing Fluid, which must be at least 50 percent potassium acetate by weight and include corrosion inhibitors. The liquid must be nonflammable, not separate during storage, have a freezing point of minus 60 degrees Celsius or lower, and be effective to minus 29 degrees Celsius. It must not require special storage and must not contain urea or glycol. The quantities will be determined on individual BPA calls, and all quantities shall be delivered in bulk to Fort Drum, NY. The BPA will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) and SAM registration must be complete prior to entering into a BPA. Initial responses are requested within 30 days of the posting date.
    Supply Blanket Purchase Agreement
    Buyer not available
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for supplies of Road Salt (Mineral Sodium Chloride) for melting snow and ice on all surfaces at Fort Drum, NY. The quantities will be determined on individual BPA calls and must be delivered in bulk tons by FLOW-BOY Tracter Trailer for off-loading into a salt style storage facility. Bagged material will not be accepted. The BPA will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) and SAM registration must be complete prior to entering into a BPA. Initial responses are requested within 30 days of the posting date.