WCF Microwave Intrusion Detection Upgrade
ID: 2031ZA25R00014Type: Solicitation
Overview

Buyer

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

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- MISCELLANEOUS (N099)

Set Aside

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

    The Department of the Treasury, specifically the Bureau of Engraving and Printing, is soliciting proposals for the upgrade of the Microwave Intrusion Detection system at its Western Currency Facility in Fort Worth, Texas. The project involves the removal of the existing analog sensors and the installation of a new high-security volumetric perimeter detection system across approximately 5,700 linear feet, covering 20 zones, with a focus on quality control and compliance with federal regulations. This upgrade is crucial for enhancing security measures at a sensitive government facility, ensuring that all work adheres to established performance standards and operational protocols. Interested small businesses must submit their proposals by March 4, 2025, and can direct inquiries to Ariel Dillon at ariel.dillon@bep.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Engraving and Printing (BEP) is seeking a contractor to upgrade the existing analog Southwest Microwave system at its Western Currency Facility in Fort Worth, Texas, to a digital high-security volumetric perimeter system. The project entails the removal and disposal of old detection sensors, installation of new sensors and associated wiring, and integration into existing security systems. The selected contractor must provide all necessary personnel, materials, and services to ensure compliance with applicable laws and BEP standards. The contract is a firm fixed-price agreement, and includes quality control measures, a detailed performance work statement, and requirements for technical support and certification from the manufacturer. The contractor will face penalties for delays, and must maintain a high level of service quality, as assessed through government inspections. This initiative not only strengthens the facility's security but also adheres to regulatory and safety standards set forth for government contracts.
    The Bureau of Engraving and Printing (BEP) invites proposals for the upgrade of the existing perimeter intrusion detection system at its Western Currency Facility in Fort Worth, Texas. This procurement involves the removal of outdated analog detection systems and the installation of advanced digital security measures, specifically a high-security volumetric perimeter system integrated with video management systems. The contractor is responsible for all necessary personnel, equipment, and materials to perform these tasks within 180 days following the notice to proceed. Additionally, the contractor must ensure compliance with all federal, state, and local regulations, maintain a quality control plan, and provide warranties for the installed systems. The project requires systematic planning, risk assessments, and adherence to specified performance standards for installation and operation. This RFP emphasizes the need for qualified firms, particularly those with certifications in security systems, reflecting the government's focus on enhancing security at sensitive facilities through effective contractor partnerships.
    The document outlines an amendment to a government solicitation regarding the upgrade of the perimeter intrusion detection system at the Bureau of Engraving and Printing's Western Currency Facility (WCF) in Fort Worth, Texas. Key changes include the removal of the fence installation requirement and the extension of the proposal due date to March 4, 2025. The contractor is tasked with providing all necessary personnel, materials, and services for installing a high-security volumetric perimeter detection system, which replaces the existing analogue system. The document specifies objectives such as removing old sensors, repainting mounts, and installing new sensors with high performance standards. It emphasizes quality control responsibilities of the contractor, including developing and implementing a Quality Control Plan that adheres to established performance and compliance requirements. Finally, it refers to applicable regulations and contract clauses, ensuring that all work complies with federal guidelines and standards. This solicitation is pivotal in enhancing security measures at a sensitive government facility while mandating a strict adherence to quality and operational standards.
    The Bureau of Engraving and Printing (BEP) is soliciting a contractor to upgrade its perimeter security system at the Western Currency Facility (WCF) in Fort Worth, Texas. This project involves replacing an outdated analog microwave intrusion detection system with a new digital high-security volumetric system. The contractor will be responsible for the removal of existing equipment and installation of new perimeter detection sensors, including associated wiring and mounts, covering approximately 13,600 linear feet. The contract is a firm-fixed-price agreement, requiring the contractor to provide all personnel, tools, and materials necessary for the job. Furthermore, the contractor must adhere to all applicable federal, state, and local regulations, while ensuring strict quality control and compliance with security measures set by the BEP. A detailed Performance Work Statement outlines the contractor's obligations, including system integration with existing security software. The installation must be completed within 180 days from the notice to proceed, incorporating ongoing quality assurance practices and documentation of the process. Ultimately, this initiative demonstrates the BEP's commitment to maintaining high-security standards in safeguarding sensitive currency operations.
    The Bureau of Engraving and Printing (BEP) intends to upgrade its high-security perimeter intrusion detection system at the Western Currency Facility in Fort Worth, Texas. This contract, classified as firm fixed price, involves the removal of existing analog sensors and installation of digital high-security volumetric perimeter sensors across 20 zones along a linear distance of approximately 5,700 feet, as well as a fence-mounted intrusion detection system. The project also includes integration with existing security management systems. The contractor is required to provide all necessary personnel, equipment, and materials while complying with federal, state, and local regulations. The contract execution timeframe is capped at 180 days from issuance. The contractor's responsibilities include quality management, employee identification protocols, and ensuring operational continuity during federal holidays. The document outlines specific performance objectives, including system installation standards and the requirement for on-site technical support post-installation. The contract mandates a comprehensive quality control plan, ensuring contractor accountability for service quality. Overall, this initiative reflects the government's commitment to enhancing security measures at a vital facility, aligning with federal procurement regulations.
    The document addresses questions and answers regarding the implementation of a Microwave Intrusion Detection system overseen by the Bureau of Engraving and Printing (BEP). Key inquiries involve access to site plans, material specifications, integration with existing security systems, and contractor logistics for the installation. Contact details for a regional manager at Southwest Microwave are provided for plan access. Visitors will receive badges, and basic power will be supplied for contractor trailers. Many requirements, such as certain material specifications and aspects of the Fence IDS, have been omitted from the contract. The contractor must supply their own IT equipment and ensure proper labeling of installation cables. The summary clarifies that BEP will monitor the system integration process while factoring in reasonable downtime for installation. Overall, this document serves as a communication tool to ensure clarity on expectations and guidelines for contractors involved in the project, aiming to facilitate a smooth implementation of the Microwave Intrusion Detection system within regulatory compliance.
    The Performance Work Statement (PWS) outlines a contract for upgrading the existing perimeter security system at the Western Currency Facility in Fort Worth, Texas. The contractor is required to remove outdated analog sensors and install a new digital high-security volumetric perimeter intrusion detection system along with an integrated fence-mounted system, covering a total of approximately 13,600 linear feet. The contract includes complete responsibility for personnel, equipment, materials, and compliance with federal, state, and local regulations. Key objectives include the removal of existing equipment, installation of new sensors, and integration with existing security software. The contractor must maintain a Quality Control Plan and ensure compliance with performance standards. The contract spans a maximum of 180 days, with regular evaluations by a designated Contracting Officer Representative (COR). The document includes provisions for physical security, operational guidelines, contractor responsibilities, and performance surveillance standards, emphasizing the importance of safeguarding sensitive information and providing high-quality installation services. The contractor is also responsible for environmental health and safety compliance. Overall, the PWS serves as a formal agreement to enhance security measures through specified tasks and responsibilities.
    The Performance Work Statement (PWS) outlines a non-personnel services contract for upgrading the perimeter security system at the Western Currency Facility (WCF) in Fort Worth, Texas. The contractor will replace existing analog sensors with a digital, high-security perimeter intrusion detection system, integrating it with Hirsch Velocity and Milestone Xprotect Corporate platforms. Key project responsibilities include the removal of old sensors, installation of new equipment over approximately 13,600 linear feet, and ensuring compliance with established quality and safety standards. The project will take no more than 180 days from the notice to proceed, with quality control managed by the contractor and monitored by the government. The contractor must adhere to all federal, state, and local regulations and guarantee a five-year warranty on the products and a one-year warranty on installation. The PWS emphasizes the importance of safeguarding sensitive information, maintaining physical security, and holding regular progress meetings with government representatives. The completion of the installation will undergo rigorous testing and compliance verification to ensure operational efficiency and reliability.
    The document outlines the Environmental, Health, and Safety (EHS) requirements for contracted services at the Bureau of Engraving and Printing's Western Currency Facility in Fort Worth, Texas. Its purpose is to ensure a safe and compliant working environment by defining responsibilities of various roles, including the Facilities Division Manager, Environmental Engineering Branch, Contracting Officer’s Representatives (CORs), and Contractors. Key components include compliance with federal, state, and local laws; detailed specifications on training, permits, and safety protocols; and rigorous procedures for waste management and environmental protection. Contractors must maintain records of employee training and ensure proper handling of hazardous materials and waste. The document emphasizes the need for pre-construction briefings, safety data sheets, and specific environmental permits, underscoring a culture of safety and environmental responsibility. This guidance is essential for aligning contracted services with regulations and maintaining operational integrity within the facility, facilitating compliance with government standards as outlined in federal RFPs and grants.
    The Quality Assurance Surveillance Plan (QASP) outlines the procedures for the installation of a Perimeter Intrusion Detection System (Microwave) at the Western Currency Facility. Its primary purpose is to ensure contractor performance meets contractual specifications and to maintain quality control throughout the project. The document defines roles, including the Contracting Officer and Contracting Officer's Representative (COR), emphasizing their responsibilities in monitoring contract execution and addressing non-conformance issues. The plan describes the scope of services, which includes removing the existing system and installing a new one, while minimizing disruption to facility operations. A systematic approach to quality assurance is adopted, employing various surveillance methods, inspections, and a contractual framework for addressing discrepancies in performance. Key sections detail non-conformance classifications, from minor to critical issues, and propose corrective actions. The document also underscores the importance of data analysis in tracking trends and making performance evaluations, culminating in a Contractor Performance Assessment Reporting System (CPARS). As a living document, the QASP is subject to updates based on contract modifications or data findings, ensuring it remains relevant to the project’s oversight needs. Overall, the QASP serves as a framework to hold contractors accountable and guarantee adherence to quality standards throughout the installation of the perimeter detection system.
    The Performance Work Statement (PWS) outlines a non-personnel services contract for upgrading the perimeter security system at the Western Currency Facility (WCF) in Fort Worth, Texas. The contractor is responsible for removing existing analog microwave sensors and installing a new digital high-security volumetric perimeter detection system across 20 zones covering approximately 5,700 linear feet. Key tasks include sensor installation, wiring, conduit setup, and quality control, which the contractor must implement under applicable federal, state, and local regulations. The contract emphasizes quality assurance through a systematic approach, with specific standards for performance and clear roles for the contracting officer and representative. The installation is to follow manufacturers' guidelines, ensuring a warranty for both the product and its installation. The duration for completion is set at no more than 180 days post-notice to proceed, and it mandates strict adherence to security protocols due to the sensitive nature of the facility. Overall, this document serves as a comprehensive guideline for improving the site’s intrusion detection capabilities while maintaining compliance with established regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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 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.
    Special Notice - Bureau of Engraving and Printing (BEP) New Currency Production Facility (CPF)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, has issued a special notice regarding the construction of a new Currency Production Facility for the Bureau of Engraving and Printing (BEP) in Beltsville, Maryland. Due to budgetary constraints and a reduction in the project's required scope, the solicitation for this construction project has been canceled as of January 13, 2025, while USACE continues to collaborate with BEP to determine a path forward for the project. This facility is crucial for the production of U.S. currency, and updates regarding the project's status will be communicated via SAM.gov and the BEP Replacement Facility Quarterly Newsletter, accessible on the project's website. For further inquiries, interested parties may contact Ms. Paula Beck at Paula.M.Beck@usace.army.mil or (410) 800-7255, and Ms. Leigha Arnold at Leigha.M.Arnold@usace.army.mil or (443) 986-1067.
    7 SFS Vindicator
    Buyer not available
    The Department of Defense, through the 7th Contracting Squadron at Dyess Air Force Base, is seeking qualified contractors to provide and install a Honeywell Vindicator Intrusion Detection System for the Armory at Building 7232. The procurement involves a comprehensive installation, training, and maintenance of an Electronic Security System to enhance security for arms and munitions storage, structured in three phases: installation, training, and rigorous testing to ensure compliance with military standards. This initiative underscores the importance of advanced security systems in federal facilities, particularly in safeguarding sensitive materials. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Tyrie Tanaka at tyrie.tanaka@us.af.mil or TSgt Trevor Finch at trevor.finch.1@us.af.mil for further details.
    Snow and Ice Removal, Bureau of Printing and Engraving - Currency Production Facility in Washington, D.C. (DCF)
    Buyer not available
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking qualified contractors for snow and ice removal services at its Currency Production Facility in Washington, D.C. The procurement aims to establish a Blanket Purchase Agreement (BPA) to ensure safe access to the facility by managing snow and ice removal operations, including the application of de-icing agents and timely response to weather conditions. This service is critical for maintaining operational safety and accessibility during winter weather, reflecting the government's commitment to public safety. Interested small businesses must submit their proposals electronically by February 27, 2025, and can direct inquiries to Samuel Lopez at samuel.lopez@bep.gov or Candace Noel at candace.noel@bep.gov.
    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.
    Perimeter Detection System (Replacement)
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified small businesses to replace the Perimeter Detection System at the Federal Correctional Institution (FCI) Safford in Arizona. Contractors are required to provide all necessary materials, labor, and equipment to meet the performance guidelines outlined in the solicitation, which emphasizes safety and compliance with federal regulations. This project is critical for enhancing security measures at correctional facilities, ensuring the safety of personnel and inmates alike. Proposals must be submitted by March 6, 2025, with a mandatory performance period of 297 calendar days post-award; interested parties should contact Nicasio Garcia at ngarcia@bop.gov or 928-348-1368 for further details.
    Tenable Security Center
    Buyer not available
    The Department of Energy, specifically the Fermilab - DOE Contractor, is seeking proposals for the procurement of a Tenable Security Center, including a scanner and a standard Tenable.sc console, as part of an annual maintenance contract. This procurement is critical for enhancing the security infrastructure at Fermilab, ensuring compliance with federal regulations and maintaining the integrity of sensitive data. The Request for Quote (RFQ-366443-CES) opens on February 13, 2025, with quotes due by February 28, 2025, at 4:00 p.m. Central Time. Interested bidders must submit their qualifications in writing, and any inquiries should be directed to Cathleen Stadler at cstadler@fnal.gov or by phone at 630-840-2763.
    Purchase/Install Intrusion Detection System (IDS)
    Buyer not available
    The Department of Homeland Security, through the Federal Protective Service, is seeking competitive bids for the purchase and installation of a new Intrusion Detection System (IDS) at the Moorhead Federal Office Building in Pittsburgh, Pennsylvania. The project entails the removal of outdated IDS equipment and the installation of a new system that will integrate with existing General Services Administration (GSA) access control systems, thereby enhancing security protocols within federal facilities. This procurement is crucial for modernizing physical security infrastructure to protect personnel and assets effectively. Interested contractors must submit their proposals by March 10, 2025, and are encouraged to attend a pre-proposal conference on February 4, 2025, with additional site visits scheduled for February 27, 2025. For further inquiries, vendors can contact James Austin at james.austin@associates.hq.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.