Bench Stock Replacement & Repair Parts
ID: 2031ZA24Q00357Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing (333924)

PSC

WAREHOUSE TRUCKS AND TRACTORS, SELF-PROPELLED (3930)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Treasury's Bureau of Engraving and Printing (BEP) is soliciting proposals for Bench Stock Replacement and Repair Parts to support the maintenance of aging forklifts and material handling equipment at its Washington DC Currency Facility and Landover warehouse. The procurement aims to ensure the continuous operation of essential equipment used in U.S. currency production, requiring specific parts such as speed sensors, drive wheel assemblies, and batteries that meet stringent quality standards. Interested vendors must submit their proposals by September 18, 2024, at 2:30 PM ET, and all inquiries should be directed to Kendra Napper at kendra.napper@bep.gov. This contract will be a firm fixed-price arrangement with a base year and four option years, emphasizing the government's commitment to engaging small businesses in the procurement process.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Engraving and Printing (BEP) requires a contract for Bench Stock replacement and repair parts to support the maintenance of aging forklifts and material handling equipment at its Washington DC Currency Facility and Landover warehouse. This initiative is crucial for ensuring the continuous operation of equipment essential to U.S. currency production. The contractor is tasked with supplying specific parts, including speed sensors, drive wheel assemblies, and batteries, all of which must meet stringent brand specifications and quality standards. A one-year warranty on all supplied parts and labor is mandated, ensuring prompt replacements at no cost to the government in case of defects. Deliveries are expected within 30 days post-award, with strict packaging and shipping protocols to prevent damage during transit. The document outlines the roles of the Contracting Officer Representative (COR) in contract management, the absence of government-furnished resources, and applicable federal holiday considerations. This request for proposal (RFP) underscores BEP's commitment to maintaining operational integrity through reliable equipment management.
    The document presents a Price Schedule for a government Request for Proposal (RFP), detailing the required supplies and services related to specific mechanical components. The schedule includes a list of items such as speed sensors, drive wheel assemblies, bolts, nuts, various types of batteries, and shipping costs. Each line item specifies the quantity needed, unit price, and total cost, although specific monetary values are yet to be filled in. The structure consists of a series of line items identified by a Contract Line Item Number (CLIN), with categorized supplies and units expressed in 'EA' (each). The document culminates in a subtotal and grand total section but lacks actual pricing. This pricing schedule is essential for the procurement process in federal grants and RFPs as it establishes cost expectations and the specifics of what the government entity aims to procure. Its completion will assist in budgeting and contractual obligations once awarded.
    The document outlines the evaluation factors for contract awards under a government solicitation, specifically under the Federal Acquisition Regulation (FAR) 52.212-2. The primary objective is to determine the most advantageous offer for the government, utilizing the Lowest Price Technically Acceptable (LPTA) source selection process. Offers will be assessed based on two key factors: the technical capability of the offeror in meeting the Statement of Work (SOW) requirements and the price competitiveness. Technical evaluations will gauge the offeror’s understanding and capacity to fulfill project requirements. Price evaluations will ensure fairness and reasonableness through various analysis techniques. Contracts will be awarded to the offeror with the lowest evaluated price that meets or exceeds the established acceptability standards. The award becomes binding upon written notification of acceptance and can occur without further negotiation unless withdrawal is indicated prior to acceptance. This evaluation framework aims to ensure efficient and cost-effective government procurement while fulfilling specified needs.
    The Department of the Treasury’s Bureau of Engraving and Printing (BEP) has submitted a sole source justification to procure replacement and repair parts for aging forklifts and material handling equipment at its Washington DC Currency Facility and Landover warehouse. The required items include specific brand-name components, which must be sourced from CROWN products to ensure compatibility and maintain warranty provisions. The contractor will be responsible for providing labor, materials, and associated services, with a delivery timeframe of 30 days post-award. A minimum one-year warranty in both paper and electronic format is required. The justification outlines that acquiring non-CROWN parts could lead to operational challenges and void warranties. Approval from the contracting officer is sought based on the uniqueness of the required brand name and the urgency of the procurement, effectively precluding competition. Overall, this document underscores the need for consistency in equipment quality and operational reliability at BEP facilities.
    The Department of the Treasury's Bureau of Engraving and Printing has issued a Request for Proposal (RFP) for Bench Stock Replacement & Repair Parts (Notice No: 2031ZA24Q00357). The closing date for proposals has been extended from September 4 to September 11, 2024. This RFP is a total set-aside for businesses with a size standard of 750 employees under NAICS code 333924. Proposals must be submitted to Kendra Napper by email by the deadline. The contract is expected to be a firm fixed-price agreement with a base period of one year and four option years beginning upon award. Offerors must comply with various requirements, including submitting detailed technical and price volumes. They also need to register in the System for Award Management (SAM) and complete necessary representations and certifications regarding their business status. The submitted quotations will be evaluated based on both technical approach and pricing. The document outlines the criteria for responsible offerors and emphasizes adherence to compliance standards under federal acquisition regulations, ensuring transparency and equitable treatment in the contracting process.
    The Department of the Treasury's Bureau of Engraving and Printing is soliciting proposals for bench stock replacement and repair parts, outlined in notice number 2031ZA24Q00357. This Request for Proposal (RFP) is a total set-aside for businesses within the NAICS code 333924, focusing on industrial machinery manufacturing. The submission deadline has been extended to September 18, 2024, at 2:30 PM ET, with interested parties required to send quotes to Kendra Napper via email. The Government plans to award a firm fixed-price contract for a base year with four option years, beginning September 2024. Proposals must include a technical approach and a Price Schedule, addressing all stipulations in the RFP to maintain eligibility. Notably, participating vendors must be registered in the System for Award Management (SAM) and must comply with various certifications regarding business size, tax compliance, and restrictions concerning telecommunications equipment. This document serves as a comprehensive guideline for the proposal process, reinforcing the Government’s commitment to transparency and compliance in its procurement strategy while encouraging small businesses' participation.
    The Department of the Treasury's Bureau of Engraving and Printing has issued a Request for Proposal (RFP) for Bench Stock Replacement & Repair Parts, identified by solicitation number 2031ZA24Q00357. This is a total set-aside solicitation under NAICS code 333924, focusing on the manufacturing of industrial truck, tractor, trailer, and stacker machinery. Proposals must be submitted by September 4, 2024, and all inquiries regarding the solicitation should be directed to Kendra Napper via email by August 28, 2024. The resulting contract will be a firm fixed-price arrangement with a base year and four optional years, with an anticipated award date in September 2024. Offerors must provide detailed technical and price quotes to be considered. The document outlines various compliance requirements, including representations and certifications for small businesses, termination rights, and tax-related certifications. Overall, this RFP reflects the government's commitment to engaging with small and disadvantaged businesses while ensuring regulatory and compliance standards are met in the procurement process.
    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, 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.
    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.
    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.
    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.
    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.
    Material Handling Equipment Lease 10K Forklifts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Mission & Installation Contracting Command (MICC) at Fort Bliss, Texas, is soliciting bids for the lease of eighteen (18) 10,000-pound forklifts to support military operations at Fort Bliss, Fort Cavazos, and Fort Liberty. The contract requires the provision of forklifts without operators, along with maintenance services every 500 operating hours, in accordance with the attached Performance Work Statement (PWS). This procurement is critical for addressing equipment shortages essential for deployment operations and ensuring operational readiness within the Army's logistics framework. Interested small business firms must submit their bids by September 19, 2024, and can direct inquiries to Hasan Williams at hasan.j.williams.mil@army.mil or Jenny Cisneros at jenny.a.cisneros.mil@army.mil.
    6K Diesel, Sit-down Counterbalanced Forklifts
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of 6K Diesel, Sit-down Counterbalanced Forklifts. The requirement emphasizes that only new forklifts will be accepted upon delivery, ensuring compliance with specified operational standards. These forklifts are critical for various logistical and operational functions within the Navy, highlighting their importance in maintaining efficient supply chain operations. Interested vendors must submit their proposals by September 25, 2024, at 2 PM Eastern Time, and are encouraged to contact Andrew Watson at 717-605-7554 or via email at andrew.s.watson1@navy.mil for further details and clarification on the solicitation process.
    WRECKER, 35 TON INTEGRATED RECOVERY BOOM AND UNDERLIFT
    Active
    Dept Of Defense
    The Department of Defense, through the 11th Contracting Squadron, is soliciting bids for a 35 Ton Wrecker with an integrated recovery boom and underlift, intended for delivery to Joint Base Anacostia-Bolling in Washington, D.C. The procurement aims to enhance the operational capabilities of the Air Force by acquiring a vehicle that meets specific technical requirements, including a minimum engine performance of 500 hp and compliance with U.S. emissions standards. This opportunity is particularly significant as it supports small businesses, with a total small business set-aside, and emphasizes the importance of competitive pricing and technical specifications in the selection process. Interested vendors must submit their proposals electronically by September 18, 2024, and direct any inquiries to J. Brandon La'Pierre at jerome.lapierre.1@us.af.mil or Gregory Bishop at gregory.bishop.8@us.af.mil, noting that no awards will be made until funds are available.
    Electrical Parts for Possible Blanket Purchase Agreement
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Letterkenny Contracting Office, is seeking sources for a potential Blanket Purchase Agreement (BPA) for various electrical components necessary for the maintenance and operation of facilities at the Letterkenny Army Depot in Pennsylvania. The procurement will focus on a wide range of electrical parts classified under multiple Federal Supply Codes (FSC), including resistors, relays, and circuit breakers, among others, to support the Directorate of Public Works in their service and repair efforts. Interested vendors are encouraged to submit their capabilities, including business information, past performance, and a completed Parts Listing and Capabilities Statement, by October 11, 2024, at 4:00 PM. For inquiries, potential respondents may contact Brian Crean at 717-267-5120 or via email at brian.c.crean.civ@army.mil.
    Pierce Vehicle Parts and Supplies
    Active
    Dept Of Defense
    The Department of Defense, through the Commanding Officer of the Department of the Navy, is seeking proposals for a Blanket Purchase Agreement (BPA) to procure vehicle parts for the Marine Corps Installations Pacific (MCIPAC) at MCB Camp Butler in Okinawa and CATC Camp Fuji in Shizuoka, Japan. Contractors are invited to submit pricing for specified vehicle parts, ensuring compliance with the terms outlined in the solicitation, including the provision of original equipment manufacturer (OEM) parts and competitive pricing. This procurement is critical for maintaining the operational readiness of military vehicles, particularly those used in emergency response and transport operations. Interested vendors must ensure their registration in the System for Award Management (SAM) and submit their proposals, including warranty terms, by the specified deadlines to Minako Kinjo at minako.kinjo.ja@usmc.mil, with an estimated contract value of $500,000 over a five-year period from May 2024 to April 2029.