BEP SCADA System Maintenance Service
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Bureau of Engraving and Printing (BEP) is soliciting proposals for Supervisory Control and Data Acquisition (SCADA) System Maintenance Service at its facilities in Washington, D.C. and Fort Worth, TX. This is a Total Small Business Set-Aside opportunity. The contract will be a Time-and-Materials (T&M) type. Proposals are due by April 17, 2026, at 10:00 AM EDT.
Scope of Work
The contractor shall provide all personnel, equipment, supplies, and services necessary for comprehensive SCADA system maintenance. This includes design, analysis, documentation, development, modification, testing, troubleshooting, installation, integration, implementation, and support for existing and new SCADA equipment, IT infrastructure, applications software, and Industrial Control Systems (ICS). Key responsibilities involve supporting AVEVA Citect SCADA and Historian, patching, updates, training, and handling major modifications and hardware repairs. Services will be performed at both the District of Columbia Facility (DCF) and the Western Currency Facility (WCF), as well as remotely.
Contract Details
- Solicitation Number: 2031ZA26Q00009
- Contract Type: Time-and-Materials (T&M) Request for Quotation (RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561210 - Facilities Support Services ($47.0M size standard)
- Period of Performance: Base period from June 1, 2026, to September 29, 2026, with four 12-month option years, extending through September 29, 2030.
- Place of Performance: Washington, D.C. and Fort Worth, TX.
Submission & Evaluation
- Proposal Due Date: April 17, 2026, 10:00 AM EDT.
- Submission Instructions: Detailed in provision 52.212-1, "Instructions to Offerors-Commercial Products and Commercial Services" (Page 50 of the solicitation).
- Evaluation Criteria: Detailed in provision 52.212-2, "Evaluation-Commercial Products and Commercial Services" (Page 51). Award will be made to the Lowest Price Technically Acceptable (LPTA) quote.
- Proposal Volumes: Technical Approach, Past Performance, and Price.
- Past Performance Questionnaire (Attachment 5): Offerors must complete Section II and send it to three relevant assessors. Assessors must email completed questionnaires to kaiti.williams@bep.gov by April 16, 2026, 10:00 AM ET.
- Required Deliverables: Offerors must submit an Initial Staffing Plan (Attachment 6) as part of their technical proposal and will be required to submit a Monthly Workforce Report (Attachment 7) post-award, in accordance with Acquisition Procedures Update (APU) No. 26-01.
Key Requirements & Attachments
- Personnel Requirements: High risk for network access (HPSD-12) and low risk for non-network access (Proxy) at proposal submission. Compliance with BEP IT Security protocols and NIST FIPS 200. Specific certifications (e.g., AVEVA Citect SCADA Certified Expert, Niagara 4) and experience are required for key personnel.
- Wage Determinations: Attachments 3 and 4 provide minimum wage rates and fringe benefits for the District of Columbia/Maryland/Virginia and Texas, respectively.
- Quality Assurance: Attachment 2, the Quality Assurance Surveillance Plan (QASP), details how contractor performance will be monitored.
Contact Information
- Primary Point of Contact: Kaiti Williams, kaiti.williams@bep.gov, 202-717-1439.