Chrome Targets
ID: 2031ZA25Q00089Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electroplating, Plating, Polishing, Anodizing, and Coloring (332813)

PSC

PRINTING, DUPLICATING, AND BOOKBINDING EQUIPMENT (3610)

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 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.

    Files
    Title
    Posted
    The document outlines specifications for a monobloc target manufacturing project, detailing various technical requirements, tolerances, and surface conditions necessary for production. Key elements include angle tolerances of 0 degrees 30’ and a strict policy that the initial state of the surface must be free from any indentations, gouges, and scratches. All dimensions are to be expressed in millimeters unless stated otherwise. The document emphasizes the need for adherence to specified tolerances and mentions the necessity of scale in designs, prohibiting scaling from the provided drawing. Additional notes regarding supplier types and treatment specifications are included but are not detailed in this file. This document is likely part of a Request for Proposal (RFP) or government grant related to manufacturing compliance, demonstrating emphasis on precision engineering and quality control in the production process.
    The document outlines a price schedule for procurement of UHP Chrome Targets by the Bureau of Engraving and Printing over multiple ordering periods from 2025 to 2030. These targets, having a minimum purity of 99.6%, are specified in dimensions of 16x131x402mm. The ordering periods are segmented annually, with each period requiring an estimated quantity of 12 targets, delivered either to the Eastern or Western Currency Facilities located in Washington, D.C. and Fort Worth, Texas, respectively. The procurement follows a firm fixed-price contract model, under the relevant federal supply classification systems. The document serves the purpose of soliciting bids while providing potential vendors with procurement terms and delivery details, aligning with federal acquisition processes for the acquisition of specialized equipment. The consistency in specifications reflects the government’s needs for quality assurance and compliance when obtaining materials essential for printing and currency production.
    The Bureau of Engraving and Printing (BEP) is soliciting quotes for 'Chrome Targets' under solicitation number 2031ZA25Q00089, a Request for Quotation (RFQ). This procurement, classified under NAICS code 332813 for electroplating and related services, is set aside exclusively for small businesses. The contract will establish a firm-fixed price for the production of ultra-high purity chromium targets through a physical vapor deposition process, with a delivery timeframe extending from June 14, 2025, to June 13, 2030. Key requirements include technical documentation such as a Certificate of Analysis and commitment to providing a warranty. Vendors must adhere to strict delivery protocols for both Washington, D.C. and Fort Worth, Texas locations. Proposals will be evaluated based on Lowest Price Technical Acceptable (LPTA) criteria, requiring both compliance with technical specifications and a reasonable pricing assessment. The document emphasizes the requirement for vendors to certify representations such as their business size and compliance with various legal stipulations, reflecting federal contracting standards. Overall, the document outlines essential procurement details and rigorously establishes the expected qualifications and requirements for potential suppliers.
    The Bureau of Engraving and Printing (BEP) seeks to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the provision of ultra-high purity chromium (UHP Cr) targets essential for its currency production processes at its Washington, D.C., and Fort Worth, TX facilities. The procurement aims to secure twenty-four chromium targets with a minimum purity of 99.6%, divided into twelve targets for each location across five ordering periods spanning until 2030. Vendors must comply with specific technical requirements, submit Certificates of Analysis (COAs) with each batch, and deliver products within designated timeframes. Special delivery instructions emphasize advance scheduling with each facility’s receiving area, while additional information about delivery logistics is provided. The Contracting Officer Representative (COR) will oversee contract execution, ensuring compliance with technical specifications without authorize changes to the set ordering periods. This procurement reflects the BEP's commitment to maintaining the high standards essential for U.S. currency production while involving small businesses in the bidding process.
    Lifecycle
    Title
    Type
    Chrome Targets
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Snow and Ice Removal, Bureau of Printing and Engraving - Currency Production Facility in Washington, D.C. (DCF)
    Buyer not available
    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.
    USMC 4" CHROME DECALS
    Buyer not available
    The United States Government Publishing Office is seeking contractors to produce 4" chrome decals for the United States Marine Corps. The procurement involves creating adhesive decals with a permanent adhesive, an easy-release siliconized backing, embossing plates, and lamination with a clear polyethylene terephthalate layer, followed by kiss die cutting to a scalloped style that matches a supplied sample. These decals are essential for various Marine Corps applications, ensuring durability and visual appeal. Interested contractors should contact Ledo Ulerio at lulerio@gpo.gov or call 757-490-7973 for further details regarding the solicitation process.
    U.S. Customs and Border Protection (CBP) Law Enforcement Safety & Compliance (LESC) Directorate 9mm Duty and Reduced Hazard Qualification Ammunition
    Buyer not available
    The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is seeking proposals for the procurement of 9mm Duty and Reduced Hazard Qualification ammunition through Request for Proposals (RFP) 70B06C25R00000018. The contract aims to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement to support the operational needs of CBP officers, with a focus on ensuring compliance with rigorous performance and safety standards. This procurement is critical for maintaining the safety and effectiveness of law enforcement operations, with a contract period anticipated from September 1, 2025, to August 31, 2030, and a maximum contract value of nearly $100 million. Interested parties must register at SAM.gov for updates and submit feedback on the draft RFP by February 18, 2025, to the primary contact, Jared A. Tritle, at jared.a.tritle@cbp.dhs.gov.
    Titanium Ingots Ti-CP-2 and Ti-CP-6-6-2 Solicitation
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of up to 195 metric tons of titanium ingots, specifically Titanium Commercially Pure 2 (Ti CP-2) and Ti 6-6-2, through Solicitation SP8000-25-Q-0002. The procurement requires adherence to stringent specifications, including chemical composition, packaging standards, and the provision of Certificates of Analysis (COA) for each ingot, with independent third-party testing mandated to ensure compliance with quality standards. These titanium materials are critical for various applications, particularly in the aerospace and defense sectors, necessitating high-quality procurement practices. Interested vendors must submit their proposals by 3:00 PM EST on March 6, 2025, and can direct inquiries to Carrie Powers at carrie.powers@dla.mil or Alicia Barrowman at alicia.barrowman@dla.mil for further information.
    Apply Chromium Nitride Coating Spindles for the Watervliet Arsenal, Watervliet New York
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to apply Chromium Nitride Coating to spindles at the Watervliet Arsenal in Watervliet, New York. This procurement aims to enhance the durability and performance of the spindles used in military equipment, which is critical for maintaining operational readiness. The opportunity is set aside for small businesses under the Total Small Business Set-Aside program, and interested parties can reach out to Ronni Aragona at ronni.s.aragona.civ@army.mil or by phone at 518-266-4022 for further details. The presolicitation notice indicates that the contract will involve the modification of equipment related to weapons, with specific requirements outlined in the forthcoming solicitation.
    Bronze Drive nuts
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking quotations for the fabrication of four bronze drive nuts to repair a malfunctioning deadweight machine. This procurement is set aside for small businesses under NAICS code 332722, and it requires technical quotations that demonstrate compliance with specified criteria, along with separate price quotations for the items. The drive nuts are critical components for maintaining measurement standards at NIST, and the selected contractor must adhere to strict technical specifications and tolerances, with acceptance contingent upon thorough inspection and timely performance. Interested parties should direct questions to Junee Johnson at junee.johnson@nist.gov, with all bids due by March 5, 2025.