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
    Bureau of Engraving & Printing Eastern Currency Facility (ECF) Roll Door Replacement BPA
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking qualified contractors for a Blanket Purchase Agreement (BPA) to replace and repair overhead commercial roll doors at its Eastern Currency Facility in Washington, D.C. The procurement involves the removal of existing non-functional doors and the installation of new ones, including specific requirements for six large and nine small doors, as well as optional repair labor rates. This project is crucial for maintaining operational efficiency and safety within the facility, ensuring the effective movement of materials in compliance with quality standards. Interested contractors should contact Marico Sellers at marico.sellers@bep.gov, with the anticipated performance period running from September 30, 2024, to September 29, 2029.
    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.
    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.
    Z--NATIONAL PARK SERVICE - NATIONAL MALL AND MEMORIAL
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the restoration of the Samuel Gompers Statue and the Edmund Burke Memorial located at the National Mall in Washington, DC. The project aims to provide cyclical maintenance and conservation services, including a condition assessment, treatment recommendations, and comprehensive documentation to restore both memorials to a preserved state. This initiative underscores the importance of preserving national heritage and ensuring that significant monuments continue to honor American history, accommodating approximately 25 million visitors annually. Interested small businesses must submit their proposals by September 20, 2024, with a pre-proposal site visit scheduled for August 22, 2024. The estimated contract value ranges between $100,000 and $250,000, and inquiries can be directed to Dr. Bophany Drakeford at BophanyDrakeford@nps.gov or by phone at 202-619-6357.
    7B--Facility Management System Motion Control Engineer
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals for the Facility Management System Motion Control Engineer project, specifically aimed at upgrading the elevator monitoring system at the Hoover Dam. The procurement involves supplying and installing IController software, Dell PCs, and associated warranties to enhance operational support and monitoring capabilities for elevator maintenance personnel. This upgrade is crucial for maintaining safety and efficiency at the facility, ensuring compliance with IT security protocols. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by September 19, 2024, at 10:00 AM PDT, and can direct inquiries to Noah Maye at nmaye@usbr.gov.
    Preventative Maintenance for VLM's
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for preventative maintenance services for thirty-three Vertical Lift Modules (VLMs) at the Corpus Christi Army Depot in Texas. The contractor will be required to conduct one onsite visit annually, adhering to the Performance Work Statement, with the contract set aside for small businesses. These VLMs are critical for managing aircraft parts, emphasizing the need for specialized maintenance to ensure operational efficiency. Proposals are due by September 19, 2024, at 3:00 PM, and interested parties can contact Jennifer Salyers at jennifer.l.salyers2.civ@army.mil for further information.
    7E--20144918 IT Market Place Order #31
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified small businesses to provide IT commodities, solutions, and value-added reseller services through a combined synopsis/solicitation titled "7E--20144918 IT Market Place Order 31." This procurement is part of the DHS FirstSource II program, and bidders must comply with the terms of their respective IDIQ contracts while ensuring their status to conduct business with the Federal Government is active. The items required are brand name or equal, and the solicitation will be conducted via an online competitive reverse auction on Unison Marketplace, with bids due by September 20, 2024, at 11:00 AM Eastern Time. Interested sellers can reach out to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com for assistance.
    Design, Build and Install Media Press Room
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking proposals for the design, build, and installation of a Media Press Room to enhance its Visual Education & Communications (VEC TV Studio) capabilities. The project aims to create a state-of-the-art environment for audio and video production, including live streaming and media presentations, with a focus on modular design and compliance with contemporary broadcasting standards. The estimated budget for this initiative is capped at $750,000, and proposals must be submitted by 10:00 AM EST on September 19, 2024, with inquiries directed to Kimberly A. Johnson at Kimberly.A.Johnson@irs.gov. Interested contractors are required to be registered in the System for Award Management (SAM) and must adhere to specific submission guidelines outlined in the Request for Quote (RFQ) 5000198339-5000198504.
    Annual Maintenance of Markforged Metal X Printer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is soliciting quotes for the annual maintenance, refurbishment, calibration, and certification of Markforged Metal X 3D Printer Systems. This procurement aims to ensure the operational readiness and reliability of critical equipment over a contract period consisting of one base year, four option years, and an additional six-month option, with services commencing on September 30, 2024. The selected contractor will be responsible for comprehensive service, including the replacement of worn parts and the provision of certification reports, while adhering to stringent safety, environmental, and operations security requirements outlined in associated documents. Interested vendors must submit their quotes by September 20, 2024, to both primary and secondary contacts, Luz Thibeau and Shanna Tamayori, via email, and ensure registration with the System for Award Management (SAM) prior to the award date.