ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

WCF Tour & Visitor Center Support

TREASURY, DEPARTMENT OF THE 2031ZA26R00002
Response Deadline
Nov 21, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking proposals for support services at the Western Currency Facility (WCF) Tour & Visitor Center (TVC) located in Fort Worth, Texas. The contractor will be responsible for managing all aspects of the TVC operations, including staffing the information desk, conducting public tours, providing transportation services, overseeing retail sales, and managing exhibits and audiovisual equipment. This contract is vital for educating the public about currency manufacturing and ensuring a high-quality visitor experience, with the facility averaging 60,000 visitors annually. Interested parties must submit their proposals by November 14, 2025, and can direct inquiries to Terry Lawrence at terry.lawrence@bep.gov or by phone at 817-847-3813.

Classification Codes

NAICS Code
561520
Tour Operators
PSC Code
R699
SUPPORT- ADMINISTRATIVE: OTHER

Solicitation Documents

9 Files
2031ZA26R00002.pdf
PDF880 KB11/12/2025
AI Summary
This government solicitation (2031ZA26R00002) from the Bureau of Engraving and Printing (BEP) is a Request for Proposal (RFP) for Time-and-Materials (T&M) support services for the Tour & Visitor Center (TVC) in Fort Worth, TX. The contractor will oversee, staff, and run TVC operations, including the information desk, public tours, transportation, retail sales, exhibits, theater, and film. The contract includes a 12-month base period (December 1, 2025 – November 30, 2026) and two 12-month option years. Key requirements include compliance with BEP safety, security, and IT system access policies, non-disclosure of sensitive information, and adherence to FAR clauses. Performance will be evaluated via CPARS and FAPIIS. The solicitation also details packaging, inspection, and acceptance terms, emphasizing government oversight and contractor responsibility for property and delays.
Attachment A PWS Western Currency Facility TVC Final.pdf
PDF3700 KB11/12/2025
AI Summary
This Performance Work Statement outlines a non-personal services contract for operating the Bureau of Engraving and Printing (BEP) Western Currency Facility (WCF) Tour and Visitor Center (TVC) in Fort Worth, Texas. The contractor will manage all TVC operations, including tours, retail sales, transportation, information desk duties, exhibits, and theater operations. The contract aims to educate visitors on currency manufacturing, history, and security, meeting public expectations of the BEP as a world-class security printer. Key objectives include providing informative tours, public education, retail sales management, and safe transportation services. The contract covers a one-year base period and two one-year option periods, starting December 1, 2025. The contractor is responsible for quality control, staffing, security clearances, and compliance with all federal, state, and local regulations, including OSHA and BEP policies. The government will provide facilities, utilities, some equipment, and initial training, while maintaining oversight through a Quality Assurance Surveillance Plan. Key personnel must meet specific qualifications and security requirements. The contractor must also implement phase-in and phase-out plans for a smooth transition.
Questions Responses_WCF TVC Solicitation.pdf
PDF94 KB11/12/2025
AI Summary
The BEP WCF TVC Solicitation #2031ZA26R00002 Questions/Responses document addresses bidder inquiries regarding the operation of the Tour and Visitor Center. Key clarifications include that the government pays contractors monthly, with no information on contractor payroll cycles. Bidders should review Attachment C Wage Determination for SCA codes and expect 10-12 personnel historically. There are no limits on onsite personnel or restrictions on current contractor employees' first right of refusal. No preferred seating capacity exists for ADA-compliant shuttle services. Crucially, company names, logos, or price data are prohibited in Volumes I and II of the RFP, superseding conflicting instructions. The government covers the initial background check, with contractors responsible for subsequent checks costing $500-$4,000 if the first applicant fails.
Site Visit Verbiage.pdf
PDF114 KB11/12/2025
AI Summary
The Bureau of Engraving and Printing (BEP) seeks a contractor for its Tour and Visitor Center (TVC) at the Western Currency Facility in Fort Worth, Texas. The contractor will manage all aspects of visitor services, including information desk operations, tour scheduling (Congressional, VIP, school, civic groups), crowd control, emergency response, and operation of the public address system. Key responsibilities extend to ensuring the proper functioning of the theater's currency printing film, distributing self-guided tour wands and handouts, and monitoring the tour walkway. Additionally, the contractor will oversee the gift shop's retail sales operations, manage inventory, pricing, and point-of-sale, adhering to the BEP's dual-control policy for security. Management of the snack and rest area, including vending machine issues and minor clean-up, is also required. The contractor will also support special events by staffing informational booths, providing tours, selling items, and assembling informational packets. Transportation of visitors to and from the Transfer Station, a crucial security point, is another core duty. The facility, one of two in the world producing U.S. paper currency, averages 60,000 visitors annually.
Site Visit Sign-In Sheet.pdf
PDF119 KB11/12/2025
AI Summary
The Bureau of Engraving and Printing hosted a pre-proposal site visit on Monday, November 3, 2025, at 10:00 AM for Project 0BWCF TOUR & VISITOR CENTER, Solicitation # 2031ZA26R00002. The meeting took place at the Western Currency Facility in Fort Worth, TX, and was facilitated by Terry Lawrence and Ellen Villenueve. Attendees included Damica Simmons from AOA Solutions, LLC, and Jason Heddins and Lindy Walker from Rio Technical Services, LLC.
Attachment B Past Performance Questionnaire.docx
Word50 KB11/12/2025
AI Summary
The Past Performance Questionnaire (PPQ) for Solicitation 2031ZA26R00002 (WCF Tour & Visitor Center Services) is a crucial document for offerors competing for an award with the Department of Treasury, Bureau of Engraving & Printing (BEP). Offerors must send this tailored PPQ to their references, who will then provide past performance information directly to the BEP Contact, Terry Lawrence, by November 13, 2025. The questionnaire uses a rating scale (Excellent, Good, Fair, Poor, Unsatisfactory, N/A) to assess factors such as Quality of Product or Service, Timeliness, Cost Control, Business Relations, and Problem Resolution. References are also asked about cure notices, option exercise intent, and provide a recommendation on whether they would award a contract to the offeror again. This information is classified as 'For Official Use Only/Source Selection Information' to maintain confidentiality and ensure a fair evaluation process.
Attachment C Wage Determination 2015-5231 Rev JUL2025.pdf
PDF5006 KB11/12/2025
AI Summary
No AI summary available for this file.
Attachment D Pricing Worksheet.xlsx
Excel20 KB11/12/2025
AI Summary
This pricing summary outlines the costs for operating the WCF Tour Visitor Center across a base year (12/01/2025 - 11/30/2026) and two option years (12/01/2026 - 11/30/2027 and 12/01/2027 - 11/30/2028). The document details staffing requirements, including a TVC Operations Manager, Lead Retail Associate/Specialist, Lead Tour Guide, Information Desk Clerks, Retail Sales Clerks, Tour Guides, Transportation Driver, Exhibits and Theater Guides, and Back-up Coverage. Each position is allocated 1536 hours per year. Additional costs include transportation equipment rental (2 trams, 2 trailers, maintenance, and insurance), special educational/promotional events, and maintenance/troubleshooting/repairs for the theatre, exhibits, and displays. While specific unit prices and total costs are mostly marked as #VALUE! or $0.00, the entries for 'Special Educational/Promotional Events and Sales Endeavors' and 'Maintenance, Troubleshooting, and Repairs of the Theatre, Exhibits, and Displays' show a cost of $2,000.00 and $30,000.00 respectively for each year. An overhead percentage is also listed without a value. The structure is consistent for all three years, indicating a recurring set of services and personnel needed for the visitor center's operations.
Attachment E QASP_WCF TVC.docx
Word965 KB11/12/2025
AI Summary
The Quality Assurance Surveillance Plan (QASP) for the Western Currency Facility Tour and Visitor Center outlines the government's methods for ensuring the contractor fulfills the contract requirements from December 2025 to November 2030. This includes managing tour and retail operations, transportation, safety, and exhibits. The QASP details roles and responsibilities for government personnel (CO, Contract Specialist, COR) and contractor key personnel (General/Operations Manager, Lead Retail Associate/Specialist, Lead Tour Guide), including their qualifications and reporting procedures. It mandates a Contractor Quality Control Program with a written Quality Control Plan (QCP) for identifying and correcting deficiencies. Surveillance methods include random sampling, visual inspection, and visitor/COR feedback. Nonconforming performance is categorized into three levels (Minor, Major, Critical), with specific documentation and resolution processes. Data analysis, monthly COR Status Reports, and the Contractor Performance Assessment Reporting System (CPARS) are used for ongoing evaluation. The plan emphasizes continuous improvement and adherence to performance thresholds, with incentives tied to CPARS assessments. Attachments include the Performance Requirements Summary (PRS), Surveillance Schedule, Surveillance Checklists, and Contract Discrepancy Report.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedOct 23, 2025
amendedLatest Amendment· Description UpdatedNov 12, 2025
deadlineResponse DeadlineNov 21, 2025
expiryArchive DateDec 6, 2025

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
Terry Lawrence

Place of Performance

Fort Worth, Texas, UNITED STATES

Official Sources