Currency Package Film
ID: 2013ZA25N00034Type: Sources Sought
Overview

Buyer

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

NAICS

Plastics Packaging Film and Sheet (including Laminated) Manufacturing (326112)

PSC

PLASTICS FABRICATED MATERIALS (9330)
Timeline
    Description

    The Bureau of Engraving and Printing (BEP), part of the Department of the Treasury, is seeking to procure Currency Package Film for the packaging of U.S. currency at its facilities in Washington, DC, and Fort Worth, TX. This procurement will be executed through a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will span five years and include fixed price items, aimed at ensuring a continuous supply of high-quality packaging materials that meet stringent performance and safety standards. The films are critical for maintaining the integrity and security of currency packaging, adhering to federal regulations while supporting efficient operations within the BEP. Interested vendors must submit their capabilities and relevant information by May 20, 2025, at noon EST, and can contact Sharrion Mosley at sharrion.young-mosley@bep.gov or Susan Dela Cruz at susan.delacruz@bep.gov for further inquiries.

    Files
    Title
    Posted
    The Bureau of Engraving and Printing (BEP) has established a specification for plastic films utilized in currency packaging, detailing performance and acceptance criteria. The document outlines the various types of films required for packaging bundles, bricks, and Cash-Paks, highlighting their specific dimensions, color requirements, and intended uses with BEP processing equipment. Key attributes include performance during processing, impact and tear resistance, shrinkage characteristics, and safety standards, while encouraging the use of recovered materials as per federal guidelines. Performance requirements state that films must withstand rough handling, maintain structural integrity, and provide tamper evidence. Additionally, the films must comply with applicable environmental regulations such as the Clean Air Act and Proposition 65. The document also emphasizes maintaining quality through contractor inspections, testing, and proper packaging methods to ensure product integrity during shipping and storage. This specification serves a critical role in maintaining the security and efficiency of U.S. currency packaging, ensuring compliance with federal regulations and quality assurance procedures, reflecting the BEP's commitment to delivering secure, durable packaging solutions within the framework of government procurement guidelines.
    The Bureau of Engraving and Printing has outlined specifications for a Free Fall Drop Test to assess the durability of currency Cash-Pak packages. The apparatus used for this test must allow precise package positioning and height control, ensure no damage during lifting, and feature a release mechanism for unobstructed drops onto a solid surface capable of absorbing shock. The testing procedure includes multiple drops from three and eight feet onto various surfaces and orientations, such as flat faces and corners. To pass the test, packages should not exhibit tears exceeding one inch or multiple tears of half an inch or more. A minimum success rate of 75% is required, with a target of 90% or higher. This document serves as a critical requirement for ensuring package integrity, reinforcing the Bureau's commitment to maintaining the quality of currency packaging during handling and transport in accordance to government standards.
    The document outlines specifications for the "Brick-Pak" shrink wrapping equipment used by the Bureau of Engraving and Printing within the Currency Processing Division. It emphasizes that all dimensions provided are approximate and measured in inches. The document includes a design drawing reviewed and approved by the Office of Security, highlighting its sensitive nature and ownership by the U.S. government. The file emphasizes the need for confidentiality, strictly prohibiting any copying or disclosure of the information without proper authorization. This indicates the document's relevance to federal operations involving currency handling and management, possibly related to RFPs or grants aimed at maintaining security and efficacy in financial processes.
    The document establishes specifications for vendor-affixed barcode labels used by the Bureau of Engraving and Printing (BEP) for materials and supplies delivery. It supersedes an earlier version and outlines requirements concerning the content, format, dimensions, and adherence to American National Standards Institute (ANSI) guidelines. Key label content must include product description, purchase order number (PO#), part number, quantity, serial/lot numbers, and weight, both in human-readable and barcode forms. Barcodes should utilize Code 39 symbology, meet specific dimensions, orientations, and quality standards, including print contrast and permanence of adhesive. Labels must be placed strategically on packages for optimal scanning. Thermal transfer printing is recommended, and the document stipulates minimum distances for human-readable interpretation relative to barcodes, ensuring clarity and machine readability. This specification is critical in maintaining efficiency and accuracy in the BEP's supply chain operations, reflecting the government's push for standardized practices in procurement and logistics.
    The Bureau of Engraving and Printing (BEP), under the Department of the Treasury, requires a continuous supply of currency packaging films to transport U.S. currency at its Washington, DC and Fort Worth, TX facilities. This procurement, as detailed in Specification Number F: SW-7, includes various types of films essential for BEP's packaging equipment. The contract spans from February 4, 2026, to February 3, 2031, with a focus on high-quality delivery to meet production schedules. Delivery to the DCF and WCF must be scheduled 24 hours in advance, and all deliveries must adhere to specific performance standards set in the attachments. Contractors will not be involved in government policy-making or directly supervise government employees, ensuring non-personal service adherence. Security measures are critical, as contractor personnel will have access to sensitive information and must pass background checks. The contractor's responsibilities include safeguarding government resources and complying with confidentiality requirements. This procurement emphasizes the need for efficient, secure, and timely provision of packaging materials to support the BEP's operations in currency production. The document outlines stringent delivery instructions, performance specifications, and security protocols, reflecting the federal emphasis on accountability and operational integrity in government contracts.
    The Bureau of Engraving and Printing (BEP), part of the Department of the Treasury, seeks to procure Currency Package Film for packaging U.S. currency at its facilities in Washington, DC, and Fort Worth, TX. This procurement will take the form of a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year ordering performance period and fixed price items. The announcement aims to gather information about the capabilities of qualified small businesses or other vendors to aid in determining the acquisition method. Interested parties should provide company details, indicate whether they are manufacturers or distributors, and show technical capabilities aligned with the attached Statement of Work. This notice is for market research only and does not obligate the government to award a contract or bear costs associated with responses. Submissions are due by May 20, 2025, at noon EST.
    Lifecycle
    Title
    Type
    Currency Package Film
    Currently viewing
    Sources Sought
    Similar Opportunities
    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.
    Consumable Repair and Spare Parts for Physical Vapor Deposition (PVD) System
    Buyer not available
    The Bureau of Engraving and Printing (BEP), part of the Department of the Treasury, is seeking quotations for consumable repair and spare parts for its Physical Vapor Deposition (PVD) system under solicitation number 2031ZA25R00025. This procurement is a total small business set-aside, emphasizing the government's commitment to fostering participation from small businesses in the procurement process. The required items include various industrial components such as bearings, vacuum valves, and circuit breakers, which are essential for maintaining the operational efficiency of the PVD system. Interested vendors must submit their quotations by June 27, 2025, at 2:00 PM EST, and can direct inquiries to Erica Hemphill at erica.hemphill@bep.gov for further information.
    NOTICE OF INTENT TO AWARD SOLE SOURCE, BAZAAR V - ROLIC TECHNOLOGIES AG
    Buyer not available
    The Bureau of Engraving and Printing (BEP) within the Department of the Treasury intends to award a sole source contract to Rolic Technologies AG for the continued research and development of an overt security feature known as BAZAAR V. This contract aims to enhance the technology with exclusive optical effects and unique physical properties tailored to the needs of the United States Currency Program, facilitating the integration of these features into US banknotes. Interested parties must submit any comments or questions via email by July 14, 2025, at 4:00 PM Eastern Standard Time, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Delle Remsey at delle.remsey@bep.gov or Falcon Albino at falcon.albino@bep.gov.
    Chrome Targets
    Buyer not available
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking quotations for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply twenty-four (24) ultra-high purity (UHP) chromium targets for its facilities in Washington, D.C., and Fort Worth, TX. Each target must meet a minimum purity of 99.6% and adhere to specified dimensions and tolerances, with deliveries scheduled over five ordering periods from 2025 to 2030, supporting the BEP's currency production process. Interested vendors must demonstrate technical capability, provide a Certificate of Analysis, and comply with detailed delivery instructions to ensure timely and efficient procurement. For further inquiries, contact Susan Dela Cruz at susan.delacruz@bep.gov, with proposals due in accordance with the solicitation timeline.
    Notamesh Optical Variable (OV) 230 mesh with pin hole registration
    Buyer not available
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), intends to award a sole source contract for the acquisition of NotaMesh Optical Variable (OV) 230 Mesh Screens, which are essential for the operation of rotary screen presses. This procurement is aimed at securing these specialized mesh screens from Koenig & Bauer Banknote Solutions, highlighting the importance of these components in the printing process. Interested parties are advised that this notice is not a request for competitive proposals, and any inquiries must be directed to Erica Hemphill via email by 3:00 PM EST on July 14, 2025. Additionally, all interested vendors must be registered and active in the System for Award Management (SAM) to be eligible for consideration.
    Intent to Award Sole Source BEARING SYSTEM
    Buyer not available
    The Bureau of Engraving and Printing (BEP) intends to award a sole source contract to Koenig & Bauer Banknote Solutions for the procurement of a KOENIG & BAUER Bearing System and CHABLON Cylinder Bearing System. This procurement is essential for maintaining the production of United States currency, ensuring that the BEP has the necessary spare, repair, and supporting parts to avoid stock shortages and over-purchasing. The contract will be firm-fixed-price and is classified under the NAICS code 333248 for All Other Industrial Machinery Manufacturing. Interested vendors must submit their capability statements via email by June 16, 2025, and must be registered in the System for Award Management (SAM) to be considered. For further inquiries, potential respondents can contact William Corley at william.corleyII@bep.gov or Jason Roberts at jason.roberts@bep.gov.
    IRS E-182-W Envelopes for Flat Products
    Buyer not available
    The United States Government Publishing Office is seeking contractors to produce envelopes for flat products, specifically for the Internal Revenue Service (IRS). The procurement involves comprehensive operations including electronic order submission, proofs, printing, construction, packing, and distribution of envelopes that are critical for processing time-sensitive taxpayer correspondence. Timely delivery of these envelopes is essential to prevent stock outages and costly disruptions at IRS Processing Centers. Interested parties can reach out to Simone Silva-Sutton at ssilva-sutton@gpo.gov or by phone at 202-512-1800 x33213 for further details regarding this opportunity.
    OEWS Survey Packages
    Buyer not available
    The United States Government Publishing Office is seeking proposals for the production of OEWS Survey Packages, which include forms, letters, Business Reply Mail Envelope (BRM) envelopes, and mail-out envelopes. The procurement requires a range of operations such as electronic prepress, printing and variable imaging, binding, construction, inserting, and distribution of these materials. These survey packages are crucial for collecting data and facilitating communication in various government initiatives. Interested vendors can reach out to Cecilia Dominguez Castro at cdominguezcastro@gpo.gov or Jennifer Yarbrough at jyarbrough@gpo.gov for further details, with the contract performance expected to take place in Washington, D.C.
    NOTICE OF INTENT to Award Sole Source – Asecuri Software and One Security Plus CTiP Training
    Buyer not available
    The Department of the Treasury's Bureau of Engraving and Printing (BEP) intends to award a sole source contract for Asecuri Software and One Security Plus CTiP training to Koenig and Bauer Banknote Solutions SA. This procurement aims to fulfill specific training requirements that can only be met by the designated contractor, as justified under FAR Subpart 6.302-1(a)(2)(ii), which allows for non-competitive awards when only one responsible source is available. Interested parties who believe they can meet the requirements are encouraged to submit their capability statements to the primary contact, Bryan Sheppard, via email by 12:00 PM Eastern Daylight Time on June 23, 2025. The contract will not be publicly solicited, and all interested vendors must be registered in the System for Award Management (SAM) to be considered.