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 Overt Security Features - FY26
    Treasury, Department Of The
    The Bureau of Engraving and Printing (BEP) within the Department of the Treasury has issued a Request for Information (RFI) seeking innovative overt security features aimed at deterring counterfeiting of future U.S. currency. The BEP is particularly interested in technologies and materials that are not currently available in the commercial market or public domain, which are challenging to replicate and can be easily verified by the public without the need for external devices. This initiative is crucial for enhancing the security of U.S. currency, ensuring its integrity and public trust. Interested parties are invited to submit preliminary samples along with a brief technical description to Chris Dollberg by November 15, 2026, at 2:00 PM Eastern Standard Time, and should refrain from including any proprietary or sensitive information in their responses.
    Bureau of Engraving and Printing (BEP) Request for Information (RFI) - Device Assisted Security Features - FY26
    Treasury, Department Of The
    The Bureau of Engraving and Printing (BEP) is issuing a Request for Information (RFI) to explore device-assisted security features for future U.S. currency. The objective is to identify innovative technologies and materials that enhance security against counterfeiting while remaining accessible for public authentication through low-cost devices such as optical filters, magnifiers, or cell phones. This initiative is crucial for maintaining the integrity of U.S. currency and ensuring public confidence in its security features. Interested parties are invited to submit preliminary samples and technical descriptions by November 15, 2026, at 2:00 PM Eastern Time, with all associated costs borne by the submitter. For further inquiries, contact Kevin Ibershoff at kevin.ibershoff@bep.gov or Falcon Albino at falcon.albino@bep.gov.
    Bureau of Engraving and Printing (BEP) Request for Information (RFI) - R&D Hidden Machine-Readable Security Features - FY26
    Treasury, Department Of The
    The Bureau of Engraving and Printing (BEP) is seeking information on novel hidden machine-readable security features for future U.S. currency through a Request for Information (RFI). The objective is to explore technologies and materials that are difficult to detect, challenging to analyze, and can be read by advanced detection systems, while also being resistant to counterfeiting and compatible with production and environmental standards. This initiative is crucial for enhancing the security of U.S. currency against counterfeiting threats. Interested parties are invited to submit preliminary samples and technical descriptions to Chris Dollberg by November 15, 2026, at 2:00 PM Eastern Time; please note that this RFI is for informational purposes only and does not constitute a solicitation for services or materials.
    Security System Service - LRGV
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (IBWC) is seeking qualified small businesses to provide security system maintenance, repair, and upgrade services for its facilities in the Lower Rio Grande Valley, specifically at the Mercedes Field Office, Anzalduas Dam, and Retamal Dam in Texas. The contractor will be responsible for maintaining and upgrading security systems, including Physical Access Control Systems (PACS), CCTV, and Intrusion Detection Systems (IDS), while ensuring compliance with annual inspections and on-call repairs. This procurement is critical for enhancing the security infrastructure at these key locations, with a contract duration of one base year and four optional one-year extensions, contingent upon performance. Interested parties must submit their quotes by January 5, 2026, and are encouraged to attend a site visit on December 17, 2025; for further inquiries, contact Seone Michael Jones at seone.jones@ibwc.gov.
    Special Notice - Bureau of Engraving and Printing (BEP) New Currency Production Facility (CPF)
    Dept Of Defense
    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.
    Replacement Duty Weapons System
    Treasury, Department Of The
    The Department of the Treasury's Bureau of Engraving and Printing (BEP) is soliciting proposals for a Replacement Duty Weapons System to enhance security for its Police Operations Division. The procurement specifically seeks brand-name Glock 47 COA Full-Size and Glock 45 COA Mid-Size pistols, equipped with electronic optics, along with various Safariland and Bianchi holsters and Streamlight weapon lights. This acquisition is critical for ensuring the safety of employees and facilities, with a requirement for delivery within 120 days post-award. Interested vendors should contact LaQulla Williams at Laqulla.Williams@bep.gov or 817-847-3905 for further details regarding the solicitation and submission process.
    Perimeter Security Assets
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking proposals from small business concerns for multiple firm-fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contracts focused on acquiring perimeter security assets. The procurement aims to provide temporary security solutions, technical consultation, and coordination for National Special Security Events (NSSEs) across the United States, including the management of various assets such as vehicle barriers, fencing, tents, and generators. Proposals will be evaluated based on management and technical approaches, past performance, and pricing, with an emphasis on non-price factors. Interested parties must submit their proposals by 11:00 AM EST on January 19, 2026, and may direct inquiries to Melissa Chabot at melissa.chabot@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    Notice of Intent for Computer-to-Itaglio Plate (CTIP)-III Engraved Metal Plates
    Treasury, Department Of The
    The Department of the Treasury's Bureau of Engraving and Printing (BEP) intends to award a sole source Firm Fixed Price (FFP) contract for the procurement of Computer-to-Itaglio Plate (CTIP)-III engraved metal plates. These proprietary brass and stainless-steel plates are essential for the currency manufacturing process and must be compatible with the BEP's CTIP-III intaglio laser engraving machine at the Eastern Currency Facility. The contract will be awarded to Koenig & Bauer (K&B) Banknote Solutions, as they are the only source for these specialized plates, with a one-year base period and three one-year option periods. Interested parties may submit capability statements or inquiries via email to Kendra Napper at kendra.napper@bep.gov by 3:00 PM Eastern Daylight Time on December 31, 2025, and must be registered in the System for Award Management (SAM).
    OIL1040 - SOLVENT LOVO BPA
    Treasury, Department Of The
    The Department of the Treasury's Bureau of Engraving and Printing (BEP) intends to award a sole-source, Firm-Fixed-Price Blanket Purchase Agreement (BPA) to Tower Products Inc. for the procurement of OIL1040 solvent, which is essential for maintaining the quality of currency production. This BPA will cover specific solvents and lubricants necessary for the operation of BEP's Eastern and Western Currency Facilities, aiming to enhance efficiency and ensure consistent product quality over the next five years. Interested vendors must submit capability statements demonstrating their ability to meet the requirements by 3:00 PM EST on December 19, 2025, via email to Jason Roberts at jason.roberts@bep.gov, with the understanding that the procurement is not open for competitive quotes.