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.