The Bureau of Engraving and Printing (BEP) requires rigging services through a Blanket Purchase Agreement (BPA) to facilitate the movement, relocation, demolition, removal, and disposal of heavy equipment (10-35 tons) at its Washington D.C. Currency Facility and Landover, Maryland warehouse. This non-personnel services contract runs from April 1, 2026, to March 31, 2031. The contractor must provide all necessary personnel, equipment, and materials, excluding government-furnished items like service connections and structural drawings. Key requirements include developing a D.C. licensed Structural Engineer-certified rigging plan, adhering to strict safety and quality control standards, and providing documentation for equipment disposal, including proceeds from scrap metal. The contractor will be escorted on-site and must maintain security, including non-disclosure agreements. Performance will be evaluated based on timely plan submissions, damage-free equipment handling, and proper disposal procedures.
This government file outlines a request for rigging services, detailing a base period and four option years for non-personal services. The contractor is required to provide all necessary personnel, equipment, supplies, facilities, transportation, tools, materials, and supervision to perform rigging services. The work will be conducted at the Washington D.C. facility and a Landover, Maryland warehouse. The contract type is Firm-Fixed-Price (FFP) with a quantity of 8 visits per period. The base period is from April 1, 2026, to March 31, 2027, with subsequent option periods extending through March 31, 2031.
This document is a federal wage determination under the Service Contract Act, outlining minimum wages and fringe benefits for various occupations in the District of Columbia, specific Maryland counties (Charles, Prince George's), and Virginia counties (Alexandria, Arlington, Fairfax, Falls Church, Fauquier, Loudoun, Manassas, Manassas Park, Prince William, Stafford). It details hourly rates for administrative, automotive, food service, health, technical, and other roles. The document also includes provisions for health and welfare benefits, vacation, and eleven paid holidays annually. Additionally, it addresses Executive Orders 13706 and 13658 regarding paid sick leave and minimum wage, hazardous pay differentials, uniform allowances, and the process for conforming unlisted occupations and wage rates using Standard Form 1444.
The Department of the Treasury, Bureau of Engraving and Printing, has issued a Combined Synopsis/Solicitation (Notice No: 2031ZA26Q00031) for a Rigging Services Blanket Purchase Agreement (BPA). This notice includes instructions for site visits, which will take place on January 26th in Landover, Maryland, and January 28th in Washington, D.C., both at 10:00 AM. Vendors must provide their name and vehicle information for security clearance and will need a Real ID for a visitor’s badge in D.C. Only one representative per company is allowed per site visit, and punctuality is essential. Any questions regarding this solicitation must be directed to the Contracting Officer, Marico Sellers, via email at marico.sellers@bep.gov.
The Bureau of Engraving and Printing (BEP) has issued a combined synopsis/solicitation (Notice No: 2031ZA26Q00031) for Rigging Services via a Request for Quotation (RFQ). The BEP intends to award a single-award firm fixed-price Blanket Purchase Agreement (BPA) for a five-year period, from April 1, 2026, to March 31, 2031. Services include disassembly, relocation, demolition, removal, and disposal of printing equipment (10-35 tons) at its Washington D.C. facility and Landover, Maryland warehouse. Quotes are due by February 26, 2026, 12:00 PM EST, and should be submitted via email to Marico Sellers at marico.sellers@bep.gov. Evaluation will be based on the Lowest Price Technically Acceptable (LPTA) approach, considering Technical Capability, Past Performance (recent and relevant within three years), and Cost/Price. Offerors must be registered in SAM, attend an optional site visit, and submit questions by February 4, 2026. Proposals require three volumes: Technical Capability (limited to 3 pages), Past Performance, and Cost/Price.