This government solicitation (2031ZA26Q00007) from the Bureau of Engraving and Printing outlines a requirement for quarterly vibration analysis and emergency services for Rotating Assemblies. The contract includes a base year (January 2026 – January 2027) and four option years, with services covering inspection, testing, and surge support to prevent unpredictable repair costs and ensure system efficiency. The solicitation, issued by the BEP Office of Acquisition, specifies a Firm Fixed Price for vibration analysis and Time and Materials for emergency services. Key administrative details include a due date of January 9, 2026, and a NAICS code of 811310. Special contract requirements address confidentiality, security clearances, organizational conflicts of interest, performance evaluation (using CPARS/FAPIIS), and contractor indemnification. Numerous FAR clauses are incorporated, covering areas like contractor employee whistleblower rights, reporting executive compensation, combating human trafficking, and sustainable products. The COR for the contract is Joseph "Troy" Williams.
This Performance Work Statement (PWS) outlines a non-personal services contract for Vibration Analysis and Emergency Service at the Bureau of Engraving and Printing (BEP) in Washington, D.C. The contractor will establish and maintain a comprehensive Vibration Analysis Program, including an Inspection & Analysis program for preventive and remedial maintenance of process and environmental rotating assembly equipment. The scope includes four quarterly site visits for inspections and maintenance recommendations, as well as surge support for replacing defective parts and performing corrective maintenance. The contract has a 12-month base year and four 12-month option years. Key requirements include developing a Quality Control Plan, providing emergency services 24/7, and submitting various reports (quarterly, emergency, inventory, maintenance plan). Contractor personnel must have a low-level BEP security clearance and adhere to strict physical security and information protection protocols due to the sensitive nature of the BEP's operations. The contract is a hybrid, using Firm Fixed Price for quarterly maintenance and Not-to-Exceed Time-and-Material for emergency/surge support. The government will perform preventative maintenance and retain the right to conduct repairs.
The document, 2031ZA26Q00007 - ATTACHMENT 2 - PRICING SHEET, outlines the pricing structure for vibration analysis services. It details two main line items: 'Vibration Analysis - Quarterly (FFP)' which is a firm-fixed-price service, and 'Emergency Services and Surge Support (NTE CLIN) 20hr estimate', which is a not-to-exceed (NTE) line item with an estimated 20 hours. These services are listed across multiple contract line item numbers (CLINs) from 0001 to 4002, with quarterly vibration analysis occurring four times per period. The document is designed as a template for vendors to fill in unit and extended prices for these services, culminating in a total cost. This pricing sheet is a component of a federal government Request for Proposal (RFP) or a similar procurement document, seeking bids for ongoing vibration analysis and related emergency support.
This government file, Wage Determination No. 2015-4281, Revision No. 35, issued by the U.S. Department of Labor, establishes minimum wage rates and fringe benefits for service contract employees in specific areas of the District of Columbia, Maryland (Charles, Prince George's counties), and Virginia (Alexandria, Arlington, Fairfax, Falls Church, Fauquier, Loudoun, Manassas, Manassas Park, Prince William, Stafford counties). It lists prevailing wages for a wide range of occupations, from administrative support to technical and transportation roles. The document also outlines benefits such as health and welfare, vacation, and eleven paid holidays. Special conditions, including footnotes for computer employees and air traffic controllers regarding exemptions and night/Sunday pay, hazardous duty differentials, and uniform allowances, are detailed. It also references Executive Orders 13706 and 13658 concerning paid sick leave and minimum wage for federal contractors. The conformance process for unlisted occupations is also described, emphasizing adherence to the Service Contract Act Directory of Occupations.
Attachment 4 – Initial Staffing Plan is a critical proposal deliverable for government solicitations, requiring offerors to detail their staffing for base and option periods. The plan mandates the provision of specific information for each employee, including employer company, labor category and type, employee names, unique ID (PIV), estimated level of effort (LoE) in hours or FTEs, work location (on/offsite), and complete work contact details. This document, marked “CUI//SP-PRVCY,” ensures transparency and accountability in staffing proposals, allowing the government to assess the proposed team's structure and resources. It is essential for evaluating an offeror's capability to fulfill contract requirements.
Attachment 5 outlines the requirements for a Monthly Workforce Report, a post-award contract deliverable. Contractors must submit one certified report per contract/order, aggregating data across all subcontractors, within five business days after each monthly billing cycle. The report must be marked “CUI//SP-PRVCY” and include a certification signed by an authorized company officer. This certification must affirm that the small business prime and its similarly situated subcontractors collectively performed at least 51 percent of the total contract cost for personnel during the reporting period. The Contracting Officer uses this information to verify compliance. The report template specifies details such as billing period, employer, labor category and type, employee name, PIV No., work status, hours worked, work location, contract start/end dates, and employee contact information.