Horizontal Carousel System Maintenance Support
ID: 2031ZA24Q00369Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Conveyor and Conveying Equipment Manufacturing (333922)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- CONTAINERS, PACKAGING, AND PACKING SUPPLIES (J081)

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 small business vendors to provide maintenance support for its Horizontal Carousel Systems under solicitation number 2031ZA24Q00381. The contract requires comprehensive services including quarterly inspections, preventive maintenance, emergency repairs, and the provision of replacement parts, with a budget cap of $7,000 per year for parts. This maintenance is crucial for ensuring the reliable and safe operation of the carousel systems used in BEP's operations. Interested contractors must submit their bids by September 13, 2024, and are required to be registered in the System for Award Management (SAM) to be eligible for the contract, which spans from October 1, 2024, to September 30, 2025, with options for four additional years. For further inquiries, potential bidders can contact Sonia Barnhill at Sonia.Barnhill@bep.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personnel services contract for Full Service Maintenance of Horizontal Carousels Systems for the Bureau of Engraving and Printing (BEP). The contractor will be responsible for providing all necessary personnel, equipment, and services for preventive maintenance, repairs, and emergency services on ten existing carousels operated by BEP. Key objectives include quarterly inspections, lubrication, adjustments, and ensuring safe operations through systematic maintenance processes. The contract spans a base year from October 1, 2024 to September 30, 2025, with options for four additional annual renewals. The contractor is tasked with developing a Quality Control Plan, which ensures compliance with the PWS requirements and includes procedures for issue resolution and customer feedback. The government will monitor contract performance through a Quality Assurance Surveillance Plan. The document specifies that no government supervision will occur over contractor employees, who will maintain accountability to their contractor organization. Services are to be rendered at the BEP's facility in Washington, D.C., and no security clearance is needed for contractor personnel, although they must comply with security protocols. Invoicing and performance deliverables are defined, ensuring thorough oversight and accountability throughout the contract duration.
    The government document addresses inquiries related to the Horizontal Carousel Maintenance contract. It confirms the existence of an incumbent service provider, SencorpWhite, which is responsible for maintaining the specified equipment. The document does not disclose the contract's value due to proprietary concerns but provides the contract number, 2031ZA19P00910. Additionally, it identifies the brand of the horizontal carousel, reinforcing the continuity of services under the current contractor. These clarifications contribute to understanding the procurement process and the maintained operational functionalities at the Bureau of Printing and Engraving, emphasizing the importance of established partnerships and existing contracts in government operations. The document serves as a reference for potential bidders in understanding the competitive landscape and ongoing service needs.
    The Bureau of Engraving and Printing (BEP) has issued a combined synopsis/solicitation for maintenance of horizontal carousel systems, designated under solicitation number 2031ZA24Q00381. This request is specifically set aside for small business vendors and seeks quotes for a one-year contract with four optional extension years, starting from October 1, 2024, through September 30, 2029. The primary services required include preventive maintenance, emergency repairs, and the provision of replacement parts, with a capped budget of $7,000 per year for parts. Contractors must complete quarterly inspections and repairs including lubrication, troubleshooting, and necessary upgrades to the carousel systems. Offerors are required to submit their bids by September 13, 2024, and maintain pricing for 90 days post-closure. The evaluation process is based solely on price, aiming for the lowest technical acceptable offer. Additionally, all participants must be registered in the System for Award Management (SAM) to be eligible for the contract. This solicitation underscores the federal government’s initiative to procure services from small businesses while maintaining the operational efficiency of BEP’s carousel systems.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    PREVENTIVE AND EMERGENCY MAINTENANCE FOR PLATE MARKING LASER SYSTEM
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking a contractor to provide preventive and emergency maintenance for Plate Marking Laser Systems. The contractor will be responsible for all personnel, equipment, supplies, and services necessary to ensure the operational reliability of this critical equipment used in the serial numbering of U.S. currency, in compliance with ISO 14001 requirements. This contract, categorized as non-personnel services, is vital for maintaining the functionality of essential machinery, with a base period from September 2024 to September 2025 and three potential option years. Interested vendors must express their capabilities via email to the primary contact, Lasonia Brown, at lasonia.brown@bep.gov, and must be registered in the System for Award Management (SAM) to be considered.
    Bureau of Engraving & Printing Eastern Currency Facility (ECF) Roll Door Replacement BPA
    Active
    Treasury, Department Of The
    The Department of the Treasury, through the Bureau of Engraving and Printing (BEP), is seeking contractors for a Blanket Purchase Agreement (BPA) Call Order to replace and repair roll doors at its Eastern Currency Facility in Washington, D.C. The selected contractor will be responsible for providing all necessary personnel, equipment, and materials to remove existing non-functional roll doors and install new ones, ensuring compliance with specified quality standards and safety regulations. This project is crucial for maintaining operational efficiency within the facility, which is vital for the production of currency. Interested parties should contact Marico Sellers at marico.sellers@bep.gov for further details, with the anticipated performance period running from September 30, 2024, to September 29, 2029. Additionally, contractors must adhere to wage determinations and labor standards as outlined in the associated documents.
    Centralized Verification Counting Machine
    Active
    Treasury, Department Of The
    The Bureau of Engraving and Printing (BEP) is seeking information from qualified vendors regarding the procurement of Centralized Verification Counting Machines to enhance its production operations. The objective is to acquire machines capable of counting both banded and unbanded currency notes, with a focus on improved speed, capacity, accuracy, and visibility, while adhering to specific technical requirements outlined in the Statement of Work. This initiative is part of BEP's efforts to modernize its operations and ensure compliance with federal standards, including restrictions on sourcing equipment from certain countries. Interested parties must submit their Capability Statements by September 18, 2024, via email to Marc Curry at marc.curry@bep.gov, as no solicitation documents currently exist.
    Construction Management Support (CMS) Services for the Construction of the Bureau of Printing and Engraving (BEP)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified contractors to provide Construction Management Support (CMS) Services for the new Currency Production Facility (CPF) of the Bureau of Printing and Engraving (BEP) located in Beltsville, MD. The procurement aims to secure CMS services that include Quality Assurance (QA) oversight, inspection, and contract administration activities, necessitating a team of 20 to 30 technicians, inspectors, and tradesmen on-site daily during peak construction periods. This project is significant due to its size and complexity, and it will be competed under full and open competition as a firm-fixed price contract, with an estimated funding amount of $45 million. Interested parties can reach out to Aaron Jones at aaron.g.jones@usace.army.mil or by phone at 410-962-0674 for further information.
    SPARE PARTS
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of Engraving and Printing, is seeking quotes for the procurement of 600 packages of size 8 foamed nitrile gloves from the Ansell Edmont brand. This request for quotation (RFQ) is part of a Firm Fixed Price procurement process, adhering to the Federal Acquisition Regulations (FAR), and aims to ensure compliance with technical requirements while offering competitive pricing. The gloves are essential for maintaining safety and hygiene standards within the Bureau's operations. Quotes must be submitted by September 17, 2024, at 2:00 PM, and interested vendors should contact William Corley II at william.corleyII@bep.gov for further details.
    Flatbed Printer Service Agreement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking proposals for a Flatbed Printer Service Agreement for the EFI Pro 16H printer, with a total award amount of $34,000,000. The contract aims to ensure comprehensive maintenance and support for the printer, which is critical for operational efficiency, including customer service, technical support, and onsite visits as needed. The service agreement will commence on April 1, 2024, and run through September 24, 2025, with options for extensions until September 2029. Interested small businesses, particularly those that are women-owned, economically disadvantaged, or service-disabled veteran-owned, should contact Tonny Mabonga at tonny.mabonga.1.ke@us.af.mil or 228-377-1835 for further details and to ensure compliance with the submission deadlines outlined in the solicitation amendment.
    63--Vehicle Barrier System
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection's Border Enforcement Contracting Division, is seeking qualified small businesses to provide a Vehicle Barrier System through a combined synopsis/solicitation process. This procurement aims to acquire commercial items that meet or exceed specified requirements, as detailed in the Statement of Work, to enhance border security operations. The selected vendor will participate in an online competitive reverse auction to submit pricing bids, with the solicitation closing on September 18, 2024, at 3:30 PM Eastern Time. Interested sellers must register on the Unison Marketplace and can direct inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    Special Notice - Intent to Award Sole Source
    Active
    National Archives And Records Administration
    The National Archives and Records Administration (NARA) intends to award a sole source fixed-price contract to Diebold Nixdorf, Inc. for essential preventative maintenance and support services for the Charters Vaults and Integrated Automated Retraction Systems. This procurement aims to ensure the continuous operation and display of the Charters of Freedom, which are critical to NARA's mission, by providing quarterly maintenance, emergency services, and optional upgrades. The contract, structured for a base year with four option years, is justified under FAR Part 13 Simplified Acquisition Procedures due to the unique and proprietary nature of the systems involved. Interested parties must submit proposals by 12:00 p.m. on September 20, 2024, with the anticipated award date set for September 27, 2024. For further inquiries, contact Cynthia Jones at Cynthia.Jones@nara.gov or Sheila Drumheller at Sheila.Drumheller@nara.gov.
    Semi-Annual Preventative Maintenance for the Hanel Lean Lift Storage Systems
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at the Corpus Christi Army Depot, is seeking potential sources for semi-annual preventative maintenance services for Hanel Lean Lift Storage Systems. The objective of this procurement is to ensure optimal functionality and minimize production downtime of these critical systems used in aircraft part manufacturing, which require specialized knowledge and technical expertise. The contract will span one base year with three option years, emphasizing the importance of maintaining operational efficiency at the depot. Interested parties must submit their responses electronically to Terry B. Clark at terry.b.clark4.civ@army.mil by 12:00 p.m. Central Standard Time on September 19, 2024, as this is a sources sought notice and not a request for quotes.
    Maintenance and Repair of Manufacturing Equipment and Systems used in Explosive and Non-Explosive Operational Environments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Crane Army Ammunition Activity, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments under solicitation number W519TC-24-Q-MESS. The procurement aims to ensure operational readiness and safety by requiring contractors to provide labor, materials, and tools to restore equipment to original equipment manufacturer (OEM) specifications, with a focus on technical expertise in hydraulics, pneumatics, electronics, and automation. This contract is critical for maintaining the functionality of diverse machinery, including lathes and CNC mills, essential for military operations. Proposals are due by September 24, 2024, with questions accepted until September 18, 2024; interested parties should contact Contract Specialist Dora Smith at dora.d.smith5.civ@army.mil or Contracting Officer Bryce Willett at bryce.t.willett.civ@army.mil for further details.