Lepe, ns-Lepe, SNI, IFS, BPS Currency Strap and Bundle Band Rolls
ID: 2031ZA25R00016Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial Printing (except Screen and Books) (323111)

PSC

PAPER AND PAPERBOARD (9310)

Set Aside

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

    The Department of the Treasury, through the Bureau of Engraving and Printing (BEP), is seeking proposals for the procurement of currency strap and bundle band rolls, essential for packaging Federal Reserve Notes (FRN). This opportunity is a 100% Small Business set-aside and encompasses a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a minimum contract value of $180,015.67 and a maximum aggregate limitation of $3.478 million over five ordering periods. Interested vendors must adhere to specific technical requirements, including quality assurance standards and environmental health and safety regulations, with proposals due by May 1, 2025. For further inquiries, potential bidders can contact Benjamin Demeter at benjamin.demeter@bep.gov or 202-874-3857.

    Files
    Title
    Posted
    The Bureau of Engraving and Printing (BEP) under the Department of the Treasury is issuing a combined synopsis/solicitation (2031ZA25R00016) for the procurement of commercial products and services, specifically for currency strap and bundle band rolls required for the packaging of Federal Reserve Notes (FRN). The solicitation is a 100% Small Business set-aside and covers a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Proposals are requested with a deadline of May 1, 2025. The document outlines the specifications and quantities for different types of straps, required for various printing machines utilized at BEP’s facilities in Washington, D.C., and Fort Worth, Texas. The minimum contract value is set at $180,015.67, with a maximum aggregate limitation anticipated at $3.478 million over five ordering periods. The contract’s technical requirements, delivery schedules, packaging, and acceptance terms are detailed, emphasizing quality assurance and compliance with government specifications. Key issues like organizational conflict of interest, confidentiality, and customer requirements for packaging and shipping are also addressed. The overall intention is to ensure a consistent supply of high-quality products that meet the operational needs of the BEP.
    The document outlines the specifications for vendor-affixed barcode labels required by the Bureau of Engraving and Printing (BEP). These labels are essential for tracking materials and supplies delivered to the BEP and must contain specific human-readable information and corresponding barcodes. Key components include product descriptions, purchase order numbers, part numbers, quantities, and serial/lot numbers. The barcodes must comply with ANSI MH10.8M standards, utilizing Code 39 symbology, and adhere to defined dimensions, orientations, and printing requirements to ensure high readability and durability. Labels should be pressure-sensitive, tamper-evident, and printed in contrasting colors for clarity. Placement guidelines dictate that three labels be affixed to each package in designated positions. Quality assurance provisions are referenced within the related material specifications. The document serves as a comprehensive guide for vendors ensuring compliance with BEP requirements for the labeling of materials, which is vital for efficient tracking and management of shipping operations. Through rigorous standards and specifications, the BEP aims to maintain operational integrity and accountability in its logistical processes.
    The document outlines the Environmental, Health, and Safety (EHS) requirements for materials procured by the Bureau of Engraving and Printing (BEP). It details the responsibilities of various personnel, including the EMS Facility Management Representative, Contracting Officers, and Bureau personnel, in ensuring all materials are compliant with health and safety regulations. Key specifications include adherence to OSHA and EPA standards, the submission of up-to-date Safety Data Sheets (SDS), and the prohibition of certain hazardous materials. The document emphasizes minimizing health risks to employees through stringent material evaluations, including VOC limits for inks and compliance with waste management regulations. It also outlines requirements pertaining to recycled materials and reporting obligations under laws such as the Superfund Amendments Reauthorization Act (SARA) and California's Proposition 65. The overarching goal is to ensure that all materials used are safe, environmentally friendly, and in line with federal and local regulations, thereby protecting both the workforce and compliance standards.
    The Bureau of Engraving and Printing (BEP) is seeking recent past performance evaluations from contractors as part of its procurement process. Offerors must send a performance questionnaire to a minimum of three assessors regarding previous services provided that are relevant in size, scope, and complexity to the BEP’s requirements. The offeror is responsible for completing Section II of this questionnaire before submission, while the assessors will confirm the details and complete additional sections before sending the finalized form to the designated contracting officer by a specified deadline. The document outlines essential components expected in the assessors' evaluation, including definitions of performance ratings (from "Exceptional" to "Unsatisfactory"), which describe the contractor's responsiveness, timeliness, quality of work, cost accuracy, and overall performance. Assessors are tasked with considering their relationship to the contract, the quality of contractor deliverables, compliance with specifications, and the likelihood of awarding future contracts based on the overall performance reported. This structured approach ensures objective assessment and validation of contractors, forming a crucial part of the BEP's effort to maintain high standards in procurement practices while allowing the agency to make informed decisions regarding contract awards.
    The document outlines a government solicitation for the supply of various types of solid border strap bands and bundle bands, designated for use in federal contracting. It specifies the product nomenclature, quantity, and locations for delivery, which include both Defense Working Capital Fund (WCF) and Defense Contract Finance (DCF) sites, across several ordering periods. Each strap band is categorized by its function and material, including low expense (LEPE), non-standard (ns-LEPE), and strap bands designated SNI. The solicitation also reflects the government's need for first article testing prior to procurement, indicating the importance of quality assurance. The purpose is to engage vendors who can meet these set specifications in a timely manner to support government operations, thereby addressing requirements in federal grants and contracts. The structure emphasizes the ordered items by providing clear item numbers and descriptions to facilitate easy reference by potential bidders, ensuring clarity in procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Bureau of Engraving and Printing (BEP) Request for Information (RFI) - R&D Overt Security Features
    Buyer not available
    The Department of the Treasury's Bureau of Engraving and Printing (BEP) has issued a Request for Information (RFI) focused on gathering innovative technologies and materials for overt security features on future U.S. currency. The RFI aims to identify effective counterfeit deterrents that can be easily authenticated by the public without the need for external devices, under various lighting conditions. This initiative is crucial for enhancing the security of U.S. currency against traditional printing and digital reproduction methods. Interested parties are invited to submit preliminary samples and a brief technical description by October 9, 2025, to the designated BEP R&D lead, Kevin Ibershoff, at kevin.ibershoff@bep.gov, or Falcon Albino at falcon.albino@bep.gov. Please note that the government will not compensate for any response costs, and submitted information will assist in assessing potential requirements for future solicitations.
    Bureau of Engraving and Printing (BEP) Request for Information (RFI) - R&D Device Assisted Security Features
    Buyer not available
    The Department of the Treasury's Bureau of Engraving and Printing (BEP) has issued a Request for Information (RFI) focused on researching and developing device-assisted security features for U.S. currency. The BEP is seeking innovative counterfeit deterrent technologies that are not currently available in commercial markets and can be authenticated by the public using low-cost devices, such as optical filters and cell phones. This initiative is part of the government's ongoing efforts to enhance the security of U.S. currency against counterfeiting threats. Interested parties are encouraged to submit preliminary samples and technical descriptions by October 9, 2025, and should direct inquiries to Kevin Ibershoff or Falcon Albino via their provided email addresses.
    Bureau of Engraving and Printing (BEP) Request for Information (RFI) - R&D Hidden Machine-Readable Security Features
    Buyer not available
    The Bureau of Engraving and Printing (BEP) within the U.S. Department of the Treasury is issuing a Request for Information (RFI) to explore advancements in hidden machine-readable security features for U.S. currency. This initiative aims to gather insights on innovative technologies or materials that can effectively deter counterfeiting, with a focus on features that are discreet, difficult to replicate, and resilient against unauthorized duplication. The information collected will inform potential future solicitations, although this RFI does not obligate the government to award contracts or provide feedback. Interested parties are encouraged to submit preliminary samples and technical descriptions by October 9, 2025, and can reach out to Kevin Ibershoff or Falcon Albino via email for further inquiries.
    Warehouse Transportation Equipment
    Buyer not available
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking quotations for warehouse transportation equipment, including various models of forklifts and pallet trucks, to enhance material handling operations at its Washington, D.C. facility. The procurement emphasizes the need for equipment that meets specific technical specifications for indoor use, including maintenance services for five years post-purchase, and requires compliance with federal contracting regulations. This initiative is crucial for ensuring operational efficiency and safety in the handling of currency-related materials. Interested small businesses must submit their quotations by March 19, 2025, with the expectation of delivery within 90 days post-award. For further inquiries, potential bidders can contact Erica Hemphill at erica.hemphill@bep.gov.
    Envelopes for Federal Smart Card Credentials
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking proposals for the procurement of envelopes specifically designed for federal smart card credentials. The contract encompasses various envelope types, including those with black security tint and double windows, with precise dimensions outlined in the specifications, which are critical for ensuring compliance and security in document handling. This procurement is essential for maintaining high security standards in the issuance of sensitive documents, with a contract period from May 1, 2025, to September 30, 2029, and a firm-fixed-price structure. Interested vendors should direct inquiries to Rebecca Nichols at rnichols@gpo.gov, with proposal submissions due by March 27, 2025.
    Notice of Intent to Sole Source Boards
    Buyer not available
    The Department of the Treasury, specifically the Bureau of Engraving and Printing, is seeking qualified vendors to provide electronic assembly components, particularly tracking frame boards, under Request No. 2031ZA-25-Q-00115. The procurement requires bidders to submit firm, fixed prices for the specified items, which will be delivered to facilities in Fort Worth, TX, and Washington, DC. These components are crucial for the Bureau's operations, ensuring the efficient production of printed materials. Interested parties must submit their quotations by March 17, 2025, and should contact Melva Robinson at melva.robinson@bep.gov or call 202-874-2638 for further details.
    Perfect Binding Machine
    Buyer not available
    The United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking qualified vendors to provide a Perfect Binding Machine, with services required from July 1, 2025, to June 30, 2026. The procurement aims to enhance the Senate's operational efficiency in document binding and processing, necessitating a machine capable of binding sizes from 5" X 5" to 12" X 12" with a minimum cycle output of 150 per hour. Interested offerors must comply with specific submission requirements, including registration in the System for Award Management (SAM), and submit their quotes by March 10, 2025, while ensuring adherence to federal regulations, including Section 208 of the Legislative Branch Appropriations Act. For further inquiries, vendors can contact Charles Blalock at charlesblalock@saa.senate.gov or by phone at 202-841-3876.
    5-year BPA 17-4 stainless steel ingots for foundry castings
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Blanket Purchase Agreement (BPA) to procure 17-4 stainless steel ingots for foundry castings at the Rock Island Arsenal, Joint Manufacturing and Technology Center. This BPA is intended to span five years and may involve multiple contracts, with a total value not exceeding $7.5 million and individual call orders capped at $250,000. The procurement is critical for ensuring a reliable supply of essential materials for defense manufacturing, emphasizing the need for vendors to demonstrate relevant experience and competitive pricing. Interested vendors must submit their proposals to Contract Specialist Christine Baker by the specified deadline, and for further inquiries, she can be reached at christine.c.baker6.civ@army.mil or 520-693-0243.
    SP3300-25-Q-5003 - LTC for Poly Bags
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is seeking proposals for the procurement of polyethylene bags under solicitation SP3300-25-Q-5003. This opportunity is specifically set aside for small businesses and involves the supply of various types of polyethylene bags, including clear, gusseted, and reclosable bags, with a focus on compliance with federal procurement regulations. The contract will span multiple ordering periods from 2025 to 2030, with a guaranteed minimum contract value of $4,000 for the first year and a requirement for delivery within 30 days of order placement. Interested vendors must submit their bids through the System for Award Management (SAM) by March 15, 2025, and can direct inquiries to Eric Hopkins at eric.hopkins@dla.mil or Michael Minto at Michael.Minto@dla.mil.
    FY25 2HSJ Flag
    Buyer not available
    The United States Government Publishing Office (GPO) is soliciting bids for a printing contract to produce direct mail packages for the Marine Corps Recruiting Command, involving a total of 2,060,000 sets. The procurement includes the production of a close-faced envelope, an 8-page self-cover brochure, and two versions of reply cards, all printed in a four-color process with specific Pantone colors and an overall aqueous matte varnish. This contract is crucial for effective communication and outreach efforts by the Marine Corps, ensuring high-quality printed materials are delivered on time. Bidders must submit their proposals via email by January 30, 2025, and are required to comply with GPO standards, including detailed pricing and production capabilities, with inquiries directed to Theresa Nagel at tnagel@gpo.gov or by phone at 757-490-79403.