Vibration Analysis
ID: 2031ZA26Q00007Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

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 contractors to provide vibration analysis and emergency services for rotating assemblies. The procurement includes a comprehensive Vibration Analysis Program, which entails quarterly inspections, testing, and surge support to maintain system efficiency and prevent unexpected repair costs, with a contract term consisting of a base year and four option years. This service is critical for ensuring the operational reliability of BEP's sensitive equipment, and the contract will be awarded as a Firm Fixed Price for routine services and Time and Materials for emergency support. Interested parties must submit their proposals by January 9, 2026, and can direct inquiries to Bryan Sheppard at bryan.sheppard@bep.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Vibration Analysis
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Pit Benck Stock Forklifts parts
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of Engraving and Printing, is seeking to procure parts for Pit Bench Stock Forklifts through a sole source justification. The procurement is aimed at fulfilling the requirements of purchase order 2031ZA23P00185, which has been awarded to TeamGov, Inc. for these specific parts, highlighting their critical role in maintaining operational efficiency within the bureau's facilities. Interested parties can reach out to Adnan Sillah at adnan.sillah@bep.gov or call 202-874-2634 for further details regarding this opportunity.
    Bureau of Engraving and Printing (BEP) Request for Information (RFI) - R&D Overt Security Features - FY26
    Treasury, Department Of The
    The Bureau of Engraving and Printing (BEP) within the Department of the Treasury has issued a Request for Information (RFI) seeking innovative overt security features aimed at deterring counterfeiting of future U.S. currency. The BEP is particularly interested in technologies and materials that are not currently available in the commercial market or public domain, which are challenging to replicate and can be easily verified by the public without the need for external devices. This initiative is crucial for enhancing the security of U.S. currency, ensuring its integrity and public trust. Interested parties are invited to submit preliminary samples along with a brief technical description to Chris Dollberg by November 15, 2026, at 2:00 PM Eastern Standard Time, and should refrain from including any proprietary or sensitive information in their responses.
    Bureau of Engraving and Printing (BEP) Request for Information (RFI) - Device Assisted Security Features - FY26
    Treasury, Department Of The
    The Bureau of Engraving and Printing (BEP) is issuing a Request for Information (RFI) to explore device-assisted security features for future U.S. currency. The objective is to identify innovative technologies and materials that enhance security against counterfeiting while remaining accessible for public authentication through low-cost devices such as optical filters, magnifiers, or cell phones. This initiative is crucial for maintaining the integrity of U.S. currency and ensuring public confidence in its security features. Interested parties are invited to submit preliminary samples and technical descriptions by November 15, 2026, at 2:00 PM Eastern Time, with all associated costs borne by the submitter. For further inquiries, contact Kevin Ibershoff at kevin.ibershoff@bep.gov or Falcon Albino at falcon.albino@bep.gov.
    Award Notice
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of Engraving and Printing, has issued a sole source justification for the procurement of spare parts for LEPE machines, awarded to K&B Bank Note Solutions under purchase order 2031ZA23P00218. This procurement is critical for maintaining the operational efficiency of printing, duplicating, and bookbinding equipment used in the production of currency and other official documents. The performance of this contract will take place in Washington, DC, and interested parties can reach out to Melva Robinson at melva.robinson@bep.gov for further inquiries regarding this opportunity.
    BEARING,SHAFT,TURBI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of a Bearing, Shaft, Turbine, under a fixed-price contract. The procurement aims to ensure the operational readiness of turbine components, which are critical for various defense applications, by establishing a Repair Turnaround Time (RTAT) of 210 days. This solicitation is part of an Emergency Acquisition Flexibility initiative, encouraging accelerated delivery, and requires compliance with specific inspection and quality assurance standards. Interested contractors should submit their quotes, including unit price and RTAT, by February 13, 2026, and may contact Rebecca Rainey at 717-605-2774 or via email at REBECCA.A.RAINEY5.CIV@US.NAVY.MIL for further information.
    WCF Stack and Rack Carts
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking proposals for the procurement of Stack and Rack Carts to support its currency production process. The primary objective is to establish a single contract for the manufacture and delivery of these carts, which are essential for securely holding wet currency sheets during a minimum 72-hour drying period following the Intaglio printing phase. These carts will be utilized in the internal production process at the BEP's facility in Fort Worth, Texas, and must meet specific technical requirements outlined in the solicitation documents. Interested vendors must submit their quotes by January 20, 2026, at 2:00 PM CST, and direct any questions to Ariel Dillon at ariel.dillon@bep.gov by January 12, 2026, at 12:00 PM CST. This opportunity is set aside for small businesses under the SBA guidelines, with a focus on the Lowest Price Technically Acceptable (LPTA) evaluation method.
    Gloves for Manufacturing
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking quotes for various types of personal protective equipment (PPE) gloves under Request for Quotation (RFQ) No. 2031ZA26Q00032. This fixed-price procurement, categorized under NAICS Code 339113, includes an initial base year and two option years, with delivery expected 30 days post-award to BEP facilities in Washington, D.C., and Fort Worth, Texas. The procurement emphasizes strict adherence to packaging, labeling, and delivery protocols, as well as compliance with federal regulations and confidentiality requirements. Interested vendors must submit their quotes by 2 PM EST on January 15, 2026, and can direct inquiries to Jason Roberts at jason.roberts@bep.gov.
    Bureau of Engraving and Printing (BEP) Request for Information (RFI) - R&D Hidden Machine-Readable Security Features - FY26
    Treasury, Department Of The
    The Bureau of Engraving and Printing (BEP) is seeking information on novel hidden machine-readable security features for future U.S. currency through a Request for Information (RFI). The objective is to explore technologies and materials that are difficult to detect, challenging to analyze, and can be read by advanced detection systems, while also being resistant to counterfeiting and compatible with production and environmental standards. This initiative is crucial for enhancing the security of U.S. currency against counterfeiting threats. Interested parties are invited to submit preliminary samples and technical descriptions to Chris Dollberg by November 15, 2026, at 2:00 PM Eastern Time; please note that this RFI is for informational purposes only and does not constitute a solicitation for services or materials.
    Inspection of a Radial Thrust Bearing Assembly
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the inspection and repair of a radial thrust bearing assembly on a VOSTA HPD 550-1350-280 dredge pump. The procurement involves a two-phase process: the first phase focuses on a comprehensive inspection and reporting of the assembly's condition, while the second phase entails repair or replacement of components, contingent upon government approval, using OEM-certified parts. This opportunity is critical for maintaining the operational integrity of essential dredging equipment, ensuring compliance with industry standards and minimizing downtime. Interested contractors must submit their quotes electronically by December 30, 2025, with all work to be completed by March 15, 2026. For further inquiries, contact Benjamin Knutson at benjamin.t.knutson@usace.army.mil or 651-290-5418.
    NOTICE OF INTENT TO AWARD SOLE SOURCE - BLADE, DRY, SUPER ORLOF INTAGLIO III PRESS PRM1769
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), intends to award a sole source, fixed-price contract for the procurement of a BLADE, DRY, SUPER ORLOF INTAGLIO III PRESS, identified by part number PRM1769. The intended contractor for this procurement is Industrial Knife Co., and the contract will be awarded based on a Justification and Approval in accordance with FAR 13.106-1(b), indicating that the Government has determined that competition is not feasible for this requirement. Interested parties must ensure they are registered and active in the System for Award Management (SAM) and submit their responses in writing via email to the designated contacts by 12:00 PM EST on January 5, 2026, as any costs incurred in responding will not be reimbursed by the Government.