Print Center Bindery Equipment/Machines Annual Maintenance
ID: 70LGLY25QGLB00035Type: Solicitation
AwardedJun 2, 2025
$40.2K$40,200
AwardeeGA BINDING LLC Acworth GA 30101 USA
Award #:70LGLY25PGLB00149
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL LAW ENFORCEMENT TRAINING CENTERFLETC GLYNCO PROCUREMENT OFFICEBrunswick, GA, 31524, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- BOOKS, MAPS, AND OTHER PUBLICATIONS (J076)

Set Aside

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

    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is soliciting quotes for the annual maintenance of bindery equipment at its Digital Print Center located in Glynco, Georgia. The contract requires preventive maintenance services for eight specific pieces of bindery equipment, with a commitment to four maintenance visits per year, performed by trained technicians in accordance with manufacturer guidelines. This maintenance is crucial for ensuring the operational integrity of the FLETC, which trains law enforcement personnel across various levels of government. Interested contractors should submit their proposals, including the RFQ SF 1449 and evaluation factors, to Gregory Hodgson at gregory.hodgson@fletc.dhs.gov by April 17, 2024, at 4:30 PM EST. The total award amount for the previous contract was $13,320, and the procurement is set aside for small businesses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to be a digitally signed government file, potentially related to Request for Proposals (RFPs) or federal grants. However, the text is largely garbled or obscured, significantly limiting comprehension. Key information such as project details, specific grant opportunities, or RFP timelines is not discernible due to the extensive distortion. Thus, it lacks both clear context and content that can be synthesized or summarized effectively. In general, documents of this nature serve as formal requests to solicit bids from contractors and organizations for projects funded by federal or state grants. They typically outline specific requirements, objectives, funding conditions, and submission guidelines pertinent to potential respondents. Unfortunately, the unreadable nature of this file is a barrier to accurately conveying its intended purpose and essential information.
    The document provides a FAQ regarding the maintenance of Print Center Bindery Equipment and Machines under a new federal contract. It clarifies that the previous contractor, Electronic Imaging LLC, is no longer in service, and while the budget details are undisclosed, the RFQ contains the previous contract's purchase order as an attachment. Key points include that no site visits will occur; evaluation for contract awards will consider technical capabilities, past performance, and pricing under a Tradeoff analysis. Contractors must undergo a background check for security access, yet there are no requirements for bid or performance bonds, and only the prime contractor needs SAM.gov registration. The FAQ emphasizes common mistakes leading to bid rejection and provides guidance on submitting quotes without a specific format but mandates the inclusion of certain forms like RFQ SF 1449. Overall, the document serves to clarify procedures, requirements, and expectations for potential contractors in the bidding process for the maintenance contract.
    The file outlines a Request for Proposal (RFP) for the Federal Law Enforcement Training Center (FLETC) located in Glynco, Georgia. The RFP is issued by the Department of Homeland Security and focuses on a contract for the annual maintenance of print center offline bindery equipment. The total award amount is noted as $13,320.00, with a performance period from October 1, 2023, to September 30, 2024. The contractor is required to comply with federal regulations, including the zero tolerance policy regarding human trafficking and will be held accountable for informing all employees and subcontractors of this policy. Specific delivery terms state that items are to be delivered free on board (FOB) destination within 30 days after award. The document also includes accounting information, indicating various funding sources tied to the total bid amount. Ultimately, the RFP project demonstrates the federal government's ongoing efforts to support compliance and maintenance in law enforcement training facilities, while emphasizing adherence to rules for contractor operations.
    The Performance Work Statement (PWS) outlines the requirements for the annual maintenance of bindery equipment at the Federal Law Enforcement Training Center's (FLETC) Digital Print Center in Glynco, Georgia. The project involves establishing a service contract for preventive maintenance on eight specific pieces of bindery equipment, including punches, inserters, and cutting machines, which will be serviced quarterly by qualified technicians according to manufacturer guidelines. Maintenance will occur during regular business hours, and the contractor must adhere to all safety and quality standards, with inspections gauged by a Quarterly Preventive Maintenance Checklist. The contract spans one base year with two optional extensions and necessitates background checks for contractor personnel to obtain facility access. Overall, the document emphasizes the importance of consistent maintenance procedures for the operational integrity of the FLETC training facility and compliance with oversight requirements.
    The document outlines a Quarterly Preventive Maintenance Checklist for various binding and printing equipment at the Federal Law Enforcement Training Centers in Glynco, GA. It serves as a structured maintenance schedule to ensure optimal performance and longevity of critical equipment used in publishing services. The checklist lists eight different machines, including the AlphaDoc MKIII Punch, Challenge Paper Cutter, and FUJIPLA Auto Laminator, among others. Each entry specifies a series of inspection tasks such as checking belts, electrical components, and mechanical connections, as well as assessing overall functionality. The objective is to standardize maintenance procedures, ensuring that all equipment operates efficiently and complies with safety regulations. Technicians are required to initial their completed tasks, ensuring accountability and traceability of services performed. Overall, the checklist is essential for maintaining operational readiness and safety standards within the federal publishing environment.
    The document details a federal solicitation for services, specifically addressing requirements for preventive maintenance under a contract. It outlines specific tasks to be performed by a contractor in three phases: a base year and two option years, each requiring four preventive maintenance visits annually. The contract includes numerous clauses related to compliance with federal regulations, such as identity verification of contractor personnel and safeguarding sensitive information, which are vital in handling Controlled Unclassified Information (CUI). Additionally, it features provisions prohibiting contracts involving certain foreign telecommunications and security services. The overall purpose is to ensure that contractors adhere to strict security requirements while providing essential maintenance services, reflecting the government’s commitment to maintain operational integrity and compliance. This document serves as a procedural and regulatory framework necessary for both contractors and the government in managing federal contracts effectively.
    The document outlines the Wage Determination No. 2015-4477, Revision No. 30, issued by the U.S. Department of Labor under the Service Contract Act. It details the minimum wage requirements for federal contracts, specifically stating that covered workers in Georgia's counties of Brantley and Glynn must earn at least $17.75 per hour (or the applicable higher rate) under Executive Order 14026 for contracts initiated or renewed after January 30, 2022. Contracts awarded before this date are subject to Executive Order 13658, mandating a minimum wage of $13.30 per hour. The wage determination provides a comprehensive list of occupations along with corresponding wage rates and benefits, including health and welfare compensation and paid sick leave requirements for contractors. It also discusses the conformance process for job classifications not specifically listed. This document is essential for ensuring compliance with wage regulations in federal contracts, aiming to protect workers' rights and establish fair labor standards.
    Similar Opportunities
    FY26 TD 26011 INITIAL GEAR DFTP
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting quotes for miscellaneous duty gear as part of the FY26 TD 26011 Initial Gear Deputy Fundamental Training Program (DFTP). This procurement is exclusively set aside for small businesses under NAICS code 315990, which pertains to Apparel Accessories and Other Apparel Manufacturing, with a size standard of 600 employees. The goods are essential for equipping new deputies with the necessary gear for their training, ensuring compliance with security and privacy requirements, including safeguarding Personally Identifiable Information (PII). Interested vendors must submit their quotes by December 16, 2025, at 12:00 PM CT, and can reach out to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further inquiries.
    Government Publishing Office FY26 Equipment Inspection
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a NETA-certified vendor to provide inspection, testing, and repair services for electrical equipment at its Washington, DC campus, encompassing a total area of 1.5 million square feet. The procurement involves a Firm Fixed Price (FFP) contract for the inspection and maintenance of 96 low voltage and 52 medium voltage circuit breakers, as well as 26 protective relays, with the aim of ensuring reliable power control and mitigating risks associated with electrical failures. Interested vendors must submit their quotes electronically by December 15, 2025, at 5:00 pm EST, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) methodology, requiring an 'Acceptable' rating for the technical approach and 'Satisfactory' for past performance. For further inquiries, potential offerors can contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov.
    Centrifuge and Packing Press repair and maintenance service
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the repair and maintenance services of the T-38C ejection seat system's Centrifuge Test Set and Parachute Packing Press. This contract aims to ensure the operational readiness of critical equipment across six Air Education and Training Command stations, requiring on-site repairs, scheduled maintenance, and the provision of necessary repair parts. The contract will be executed as a Firm-Fixed Price and Cost Reimbursement-No Fee Indefinite Delivery Contract, with a base period of one year and four additional one-year options, emphasizing the importance of maintaining aircrew safety and training capabilities. Interested parties must submit their proposals by December 31, 2025, and direct inquiries to Mrs. Alexis Davis at alexis.davis.13@us.af.mil or Ms. Shemica Miller at shemica.miller@us.af.mil.
    Government Publishing Office FY26 Equipment Inspection
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a NETA-certified contractor for the inspection, testing, and repair of electrical breakers and protective relays at its Washington, D.C. campus, which spans 1.5 million square feet. The contractor will be responsible for periodic testing of critical electrical equipment in accordance with NETA MTS 2023 standards, ensuring safe operations and compliance with safety regulations, including NFPA and OSHA requirements. This procurement is crucial for maintaining the reliability of electrical systems and protecting personnel, with work expected to be completed within 14 weeks from the award date. Proposals are due by December 31, 2025, at 5 PM EST, and interested parties should contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov for further information.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    U.S. Coast Guard Incident Management Handbook 2025
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is soliciting bids for the printing of 7,000 copies of the "U.S. Coast Guard Incident Management Handbook 2025." The project requires the production of black plastic spiral-bound books with tabs, printed on white synthetic stock, featuring four-color covers and text, with black ink for the tabs. This handbook is essential for incident management within the Coast Guard, ensuring that personnel have access to critical information in a user-friendly format. Bids are due by December 16, 2025, at 11:00 a.m. EST, and must be submitted via email to bids@gpo.gov. Interested bidders should note that the final delivery of all copies is required by February 17, 2026, with all shipping costs included in the bid, and they must adhere to GPO Contract Terms.
    Stratasys F900 3D Printer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of one Stratasys F900 3D Printer, as outlined in the Statement of Work (SOW). This acquisition aims to enhance the existing 3D printing capabilities of the REACT program by adding a machine that will increase throughput by 50.6%, reduce rework, and improve overall shop efficiency for producing aircraft-grade replacement parts using ULTEM 9085 material. The procurement includes the F900 system, validated material licenses, installation, a one-year warranty, and training for personnel, with delivery to Tinker Air Force Base in Oklahoma. Interested vendors must submit their quotes and any inquiries in writing by the specified closing date, and can contact Linsey Laird or Jason Shirazi via email for further information.
    FBI Police Uniforms
    Justice, Department Of
    The Department of Justice, Federal Bureau of Investigation (FBI), is soliciting proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity is a total small business set-aside for a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which includes one base year and four option years, with a maximum value of $2,500,000 and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance and operational effectiveness among FBI personnel, requiring contractors to provide both brand-name and "brand name or equal" items, as well as local tailoring services within a 50-mile radius of FBI headquarters in Washington, D.C. Interested vendors must submit their proposals, including samples, by January 9, 2026, at 5:00 PM ET, and can direct inquiries to Ricardo Tiggle at rtiggle@fbi.gov.
    WCF Towels/Wipes Rental & Laundering
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking proposals for a Firm-Fixed Price contract for the weekly rental and laundering of cloth towels and wipes at its Western Currency Facility (WCF) in Fort Worth, Texas. The procurement includes a Base Year and two Option Years, with services critical for maintaining cleanliness in production operations, as the towels and wipes will be contaminated with solvents, inks, oils, and greases, necessitating adherence to strict environmental and safety regulations. Interested small businesses must submit their offers by December 15, 2025, and are encouraged to attend a pre-proposal site visit on January 12, 2026, to better understand the requirements and conditions of the contract. For further inquiries, contact Terry Lawrence at Terry.Lawrence@bep.gov.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.