Skip to main content

An official website of the United States government

You have 2 new alerts

Snow and Ice Removal, Bureau of Printing and Engraving - Currency Production Facility in Washington, D.C. (DCF)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Jan 07, 2025 03:31 pm EST
  • Original Date Offers Due: Jan 24, 2025 10:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 08, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S208 - HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    DC 20228
    USA

Description

This solicitation for commercial services prepared for a Blanket Purchase Agreement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-01, Department of the Treasury Acquisition Procedures Version 1.7.1. The Government intends to award to a 100% Set Aside for Small Business Only, the NAICS code that applies is 561730 and the small business size is $9,500,000.00.

The Bureau of Printing and Engraving (BEP), Washington DC intends to establish one (1) Pre-priced Blanket Purchase Agreements (BPAs) for commercial snow and ice removal supporting the BEP currency production facility in Washington, D.C. (DCF) operations. The Vendor whose offer represent the best overall value to the Government will be considered. Best value will be based on past performance and price.

Offerors shall provide one (1) electronic quote consisting of:

Must fill out and submit Solicitation 2031ZA25Q00071, ensure Blocks 17a and 30 b are filled out and that you sign in Block 30a.

Must meet the requirements listed in BPA Terms and Condition on Page 6/7 of the Solicitation and the Statement of Work Attachments 1.

Payment will be paid by Government Purchase card (GPC), or Invoice Processing Platform (IPP). All costs associated with the use of these payment methods (i.e., transaction fees) shall be included in the price identified in the Price List.

In the event issues pertaining to this RFQ package cannot be resolved to the satisfaction of the Contracting Officer (CO), the CO reserves the right to withdraw or cancel this RFQ requirement at no additional cost to the Government. In the event the Government cancels this solicitation, the Government has no obligation to reimburse the quoter for any costs. All quoters must be registered in System for Award Management (http://sam.gov/) to be considered for a Blanket Purchase Agreement. The Unique Entity Identifier (UEI) in SAM must belong to the owner of the commercial lodging property or the authorized contract management company for that commercial property, no other types of offers will be accepted.

Any quote, modification, revision, or withdrawal of a quote received after the exact time specified for RFQ is "late" and will be handled in accordance with F A R 52.212-l(f).

The complete quote must be received not later than 3 :00 PM Eastern Standard Time (EST) on Friday, 24 January 2025 by e-mail to: samuel.lopez@bep.gov and candace.noel@bep.gov. All quotes must be typed and be in English. The entire proposal shall be contained in a single e-mail that does not exceed 10 megabytes including attachments, if any. E-mails with compressed files are not permitted. Please note it is very important that Clauses 52.204-24 and 52.212-3 on the solicitation be reviewed and the appropriate blocks marked. A quote is not complete without this critical step being completed.

Questions regarding this RFQ can be sent to Samuel Lopez at the above noted email address before Friday, 10 January 2025 at 10:00 a.m. EST.

It is the quoter's responsibility to check SAM.gov for amendments issued against this RFQ and respond accordingly. Quoters are strongly advised to submit their quotes well in advance of the closing date and time to mitigate the risk of technical difficulty and ensure that the complete quote is timely received. Late submissions, modifications, revisions, and withdrawals of quoters will be handled in accordance with FAR 52.212-1(f).

Attachments (4):
Solicitation 2031ZA25Q00071
Attachment 1 Statement of Work
Attachment 2 Wage Determination 2015-4281 Rev No. 30 Date 7-22-2024
Attachment 3 Price List
 

Contact Information

Contracting Office Address

  • 14TH&C STREET, SW
  • WASHINGTON , DC 20228
  • USA

Primary Point of Contact

Secondary Point of Contact

History