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), under the Department of the Treasury, is seeking proposals for Supervisory Control and Data Acquisition (SCADA) System Maintenance Services for its facilities in Washington, D.C. and Fort Worth, TX. This is a Total Small Business Set-Aside Request for Quotation (RFQ) for a Time and Materials contract. The contractor will provide comprehensive support for SCADA systems, including associated IT infrastructure and applications. Quotes are due by May 6, 2026, at 11:00 AM ET.
Scope of Work
The contractor will provide all personnel, equipment, supplies, and services necessary for SCADA system maintenance. This includes:
- Design, analysis, development, modification, testing, troubleshooting, installation, integration, and implementation of existing and new SCADA equipment, IT systems, applications, and Industrial Control Systems (ICS).
- Support for AVEVA Citect SCADA, AVEVA Citect Historian, and associated communication components.
- Ongoing patching, updates, system checks, modifications, repairs, and configuration services.
- Management support for SCADA applications and user training.
- Major modifications and hardware-related repairs, with specific budget limitations.
- Typical tasks include working on SNMP graphic objects, SQL data table code, and development server tasks.
- Most SCADA work can be performed remotely, with onsite service required for Major Projects CLINs. Contractors are expected to have a local presence in the DC area.
Contract Details
- Solicitation Number: 2031ZA26Q00009
- Contract Type: Time and Materials (T&M)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Period of Performance: One Base Period (June 1, 2026 - September 29, 2026) and four 12-month option years, extending through September 29, 2030.
- Place of Performance: Washington, DC (DCF) and Fort Worth, TX (WCF), with hybrid remote work.
- Wage Determinations: Applicable for DC/MD/VA (2015-4281 Rev 35) and TX (2015-5231 Rev 31).
Submission & Evaluation
- Quotes Due: May 6, 2026, 11:00 AM ET.
- Evaluation: Lowest Price Technically Acceptable (LPTA).
- Proposal Volumes: Technical Approach, Past Performance, and Price.
- Past Performance: Offerors must submit Attachment 5 Past Performance Questionnaire to three relevant assessors. Assessors must submit by April 16, 2026.
- Staffing Plan: Attachment 6 Initial Staffing Plan is required with the proposal and is not included in the 25-page limit for Volume I.
- Personnel Requirements: Contractor personnel must have high risk for network access (HPSD-12) and low risk for non-network access (Proxy) at proposal submission. Specific certifications (AVEVA Citect SCADA Certified Expert, Niagara 4, Facility Explorer, ABB Automation) and extensive experience are required.
- EHS Requirements: Bidders must review and comply with the "75D-07.0-04 EHS Contractor Requirements" document for work at BEP DCF.
- Workforce Transparency: Monthly Workforce Reports (Attachment 7) will be required post-award, with certification of 51% prime/similarly situated subcontractor performance.
Contact Information
- Primary Contact: Kaiti Williams, kaiti.williams@bep.gov, 202-717-1439.