Rigging Services Blanket Purchase Agreement (BPA)
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), under the Department of the Treasury, is soliciting proposals for a Rigging Services Blanket Purchase Agreement (BPA). This Total Small Business Set-Aside opportunity requires services for the disassembly, relocation, demolition, removal, and disposal of large, heavy equipment (10-35 tons), including Komori presses, at its Washington D.C. and Landover, Maryland facilities. The government intends to award a single, firm-fixed-price BPA. Proposals are due by April 10, 2026, at 12:00 PM EST.
Scope of Work
The contractor will provide non-personal rigging services, including the removal, dismantling, and scraping of Komori presses and other printing equipment. This encompasses disassembly, relocation, demolition, removal, and disposal of equipment weighing approximately 10-35 tons. Services will be performed at the Washington D.C. Currency Facility and the Landover, Maryland warehouse. Occasional relocation of similar equipment, materials, and components may also be required. The contractor must adhere to all applicable off-site scrap disposal requirements, including providing certificates of destruction and remitting scrap proceeds to BEP.
Contract Details
- Contract Type: Single-award, Firm Fixed Price Blanket Purchase Agreement (BPA).
- Period of Performance: Five years, from May 1, 2026, through April 30, 2031.
- Ordering: "Calls" will be placed on an as-needed basis, with pricing reviewed per call.
- Solicitation Number: 2031ZA26Q00031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Evaluation: Lowest Price Technically Acceptable (LPTA) approach, considering Technical Capability, Past Performance, and Price.
- Submission: Quotes must be emailed to Marico Sellers at marico.sellers@bep.gov. Offers must include three separate volumes: Technical Capability, Past Performance, and Cost/Price.
- Offer Firm Period: 90 days from the RFQ closing date.
Key Requirements
- Quality Control: Develop and maintain an effective Quality Control System (QCS) with a written Quality Control Plan (QCP) within 30 days of award.
- Security: Contractor personnel must adhere to BEP security requirements, be escorted on-site, and safeguard government equipment and information.
- Environmental, Health, and Safety (EHS): Compliance with BEP's EHS Contractor Requirements and EHS Large Equipment Boilerplate.
- Pre-Inspection & Rigging Plan: For each call order, conduct a site visit, assess scope, develop a rigging plan, and provide an initial quote within 15 business days. The rigging plan must be developed, verified, and certified by a D.C.-licensed Structural Engineer prior to service.
- Disposal: Provide certificates of destruction for scrapped equipment and remit proceeds from scrap metal to BEP.
Important Notes
All offerors must be registered in the System for Award Management (SAM). Site visits were tentatively scheduled for February 2026, and questions were due by February 25, 2026. Updated solicitation documents and Attachment 2 (Pricing Sheet) reflect changes based on vendor questions, clarifying that unit prices are samples for award determination and not fixed values.