BEP IP Camera Transition BPA
ID: 2031ZA25Q00011Type: Special Notice
Overview

Buyer

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

NAICS

Other Electronic Component Manufacturing (334419)

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Bureau of Engraving and Printing (BEP) within the Department of the Treasury is planning to issue a Request for Quote (RFQ) #2031ZA25Q00011 for a Brand Name Blanket Purchase Agreement (BPA) to acquire various IP Cameras and Equipment from Axis Communications. This procurement aims to establish a five-year BPA, which includes a Base Period and four Option Periods, each lasting twelve months, to meet the agency's needs for video recording and reproducing equipment. The initiative is a 100% small business set aside, specifically targeting SBA Certified Women-Owned Small Businesses (WOSB), and requires interested parties to be registered under NAICS code 334310 at www.SAM.gov. The RFQ is expected to be released around October 28, 2024, and all inquiries should be directed to Terry Lawrence at terry.lawrence@bep.gov or Brandy Idemudia at brandy.idemudia@bep.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the justification for a Brand Name Blanket Purchase Agreement (BPA) as required by federal regulations. It reports compliance with FAR subpart 5.2, indicating a notice will be posted for potential sources to submit capability statements. The Contracting Officer has determined the anticipated costs to be fair and reasonable based on comparisons with submitted prices, an Independent Government Cost Estimate (IGCE), and historical data regarding similar equipment purchases. Market research conducted between April and June 2024 suggests that suitable equipment is necessary but unavailable through mandatory sources. The research identified over 2,600 companies under the applicable NAICS code for video equipment manufacturing that may meet the requirements. The document is reviewed and approved by the senior procurement official, affirming its accuracy and completeness. Overall, the file highlights the government’s due diligence in sourcing and procurement practices while justifying the use of a specific brand for essential equipment.
    The Bureau of Engraving and Printing (BEP) plans to issue Request for Quote #2031ZA25Q00011 for a Brand Name Blanket Purchase Agreement (BPA) to acquire various IP Cameras and Equipment from Axis Communications. The BPA will cover a five-year period, including a Base Period and four Option Periods, each lasting twelve months. This procurement will follow commercial acquisition procedures outlined in FAR Part 13 and FAR Part 8, with all orders being Firm-Fixed Price. The attached Brand Name Justification (BNJ) lists the equipment needed; however, no installation services will be provided. As BEP lacks the capabilities to manufacture this equipment, purchases will be sourced exclusively from Axis Communications’ resellers. The initiative is designated a 100% small business set aside, categorized under NAICS code 334310 for Audio and Video Equipment Manufacturing, with a size standard of 750 employees. The RFQ is projected to be released around October 28, 2024, with interested parties required to be registered under the specified NAICS code at www.SAM.gov. This notice serves solely to inform; no bids or proposals are requested at this time, and changes to dates may occur before the solicitation is published.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    T--BWC, Tasers, DEM Solution & Support
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking information from qualified firms regarding the procurement of body-worn cameras, electronic control devices (tasers), in-vehicle cameras, and digital evidence management systems for law enforcement applications. The objective is to gather insights on the capabilities of potential suppliers to meet these requirements, which are crucial for enhancing law enforcement operations and ensuring compliance with standards such as FEDRAMP for cloud-based solutions. Interested parties, including both large and small businesses across various socioeconomic categories, are encouraged to respond to the Request for Information (RFI) by providing detailed specifications and anticipated costs for outfitting 500 officers. For further inquiries, Michelle Shoshone can be contacted at michelleshoshone@nps.gov or by phone at 202-578-9322. This notice is for information and planning purposes only and does not constitute a commitment to issue a formal solicitation.
    SHOP-PR-24-000018 Ametek PMA
    Active
    Justice, Department Of
    Special Notice: JUSTICE, DEPARTMENT OF, FEDERAL BUREAU OF INVESTIGATION (FBI-JEH) is seeking a service agreement for Ametek Phantom high-speed video camera equipment. The equipment is used for commercial and service industry machinery manufacturing in the field of photographic equipment and accessories. The procurement will be a total small business set-aside and will take place in Redstone Arsenal, AL (zip code: 35898), USA. Vision Research, a part of Ametek Materials Analysis Division, is the sole manufacturer and authorized repair service for the Ametek Phantom camera. Interested parties should contact Adelle Bolton at albolton@fbi.gov by 5:00 PM EST on 12/11/2024. Vendors must be registered in SAM.gov for government contract consideration.
    Request for Information for Overt Security Features
    Active
    Treasury, Department Of The
    The U.S. Department of the Treasury, Bureau of Engraving and Printing (BEP), is issuing a Request for Information (RFI) to explore innovative technologies and materials for overt security features in future U.S. currency. The BEP seeks effective counterfeit deterrent solutions that can withstand both traditional and digital counterfeiting methods without the need for external verification devices. This initiative is crucial for enhancing the security of U.S. currency, ensuring public trust and confidence in its integrity. Interested parties must submit their responses, including company capabilities and technical information, by 5:00 PM EST on November 6, 2024, to Benjamin Demeter at benjamin.demeter@bep.gov. A Non-Disclosure Agreement (NDA) is available for those wishing to protect proprietary information during the submission process.
    Construction Management Support (CMS) Services for the Construction of the Bureau of Printing and Engraving (BEP)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Baltimore District, is soliciting proposals for Construction Management Support (CMS) Services for the construction of the Bureau of Printing and Engraving's new Currency Production Facility in Beltsville, MD. The procurement aims to provide field-level CMS services, including Quality Assurance oversight and contract administration, with an anticipated need for 20 to 30 technicians and inspectors on-site daily due to the project's size and complexity. This total small business set-aside contract, categorized under NAICS Code 236220 for Commercial and Institutional Building Construction, is expected to be awarded as a firm-fixed price contract utilizing FAR Part 15. Interested parties can contact Aaron Jones at aaron.g.jones@usace.army.mil or Leigha Arnold at leigha.m.arnold@usace.army.mil for further details.
    Manufacturing Connected Worker Platform Service
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking information from vendors regarding the development of a Manufacturing Connected Worker Platform Service aimed at enhancing workforce efficiency in manufacturing environments. The platform will be cloud-based, utilizing Amazon Web Services (AWS) GovCloud, and is intended to facilitate knowledge sharing among employees, reduce onboarding time, and standardize production practices while adhering to stringent cybersecurity requirements. This initiative is crucial for modernizing BEP's manufacturing processes and ensuring compliance with federal regulations, with responses to the Request for Information (RFI) due by November 15, 2024, at 4:00 PM EST. Interested vendors should direct their inquiries and submissions to Paula Branch and Sharilyn Cook via the provided email addresses.
    BPA - X-RAY FILM AND SUPPLIES PSC 6525
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for X-ray film and supplies, specifically under the PSC code 6525 and NAICS code 325992. The procurement includes items such as radiographic film and processing chemicals, with a focus on standard commercial supplies and services offered at competitive prices. These supplies are critical for medical, dental, and veterinary imaging applications, ensuring the availability of essential materials for various imaging needs. Interested vendors must submit their documentation and past performance references to Barbara Grinder by April 30 for June awards or by October 31 for December awards, with evaluations based on past performance and customer satisfaction. For further inquiries, vendors can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    U.S. Senate Sergeant at Arms Photographic Services - BPA
    Active
    Senate, The
    The United States Senate Sergeant at Arms (SAA) is seeking qualified contractors to provide comprehensive photographic services through a Multiple Award Blanket Purchase Agreement (BPA). The procurement includes a range of services such as event coverage, portrait photography, short-form video production, and post-production editing to support Senate Members, Committees, and SAA leadership. These services are critical for enhancing communication strategies and documenting Senate activities. Interested vendors must be U.S.-based, registered in the System for Award Management (SAM), and demonstrate relevant experience and qualifications. Proposals are to be submitted on a Firm-Fixed-Price basis, with a contract term of 12 months and four optional extensions. For inquiries, contact Tonia Courtney at zemirahcourtney@saa.senate.gov or call 202-909-9017.
    58--CAMERA-RECORDING,VI
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 80 units of the CAMERA-RECORDING,VI, identified by NSN 5836016863116. This procurement is critical for enhancing situational awareness in combat situations, particularly for the BAE Amphibious Combat Vehicle (ACV), as it includes essential camera systems that improve operator visibility. The estimated total value for this procurement is approximately $7.43 million, and interested parties must submit their quotes electronically by the specified deadline. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    CAMERA SET
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting quotations for the procurement of five camera sets, identified by National Stock Number (NSN) 5895-01-691-4051, with a manufacturer part number of 1004062-101. This Request for Quotation (RFQ) is open to all businesses and emphasizes compliance with federal and local regulations, including military standards for preservation and marking of the equipment. The procurement is critical for maintaining operational capabilities, and interested vendors must ensure timely submission of their quotations, adhering to the specified guidelines, with inquiries directed to Muhammad Kah at Muhammad.kah@dla.mil or by phone at 586-467-1203.
    CLEARANCE INDICATING REFLECTOR
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking quotations for a Blanket Purchase Agreement (BPA) for Clearance Indicating Reflectors, specifically across seven National Stock Numbers (NSNs). This procurement aims to establish a firm fixed price agreement with a performance period of five years, accommodating fluctuations in demand, and is particularly focused on engaging women-owned small businesses, especially economically disadvantaged women-owned small businesses (EDWOSB). The total estimated value of the BPA is not to exceed $250,000, with all quotations required to be submitted via email to the designated GSA representative by October 18, 2024. Interested vendors must ensure compliance with federal regulations and provide complete documentation to be considered for the award.