BEP SCADA System Maintenance Service

SOL #: 2031ZA26Q00009Combined Synopsis/Solicitation

Overview

Buyer

Treasury
Bureau Of Engraving And Printing
OFFICE OF THE CHIEF PROCUREMENT OFFICER
WASHINGTON, DC, 20228, United States

Place of Performance

Washington, DC

NAICS

Facilities Support Services (561210)

PSC

Maintenance Of Office Buildings (Z1AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 17, 2026
2
Last Updated
Apr 24, 2026
3
Submission Deadline
May 6, 2026, 3:00 PM

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 quotations for Supervisory Control and Data Acquisition (SCADA) System Maintenance Service (Solicitation 2031ZA26Q00009). This Total Small Business Set-Aside opportunity requires comprehensive support for BEP's SCADA systems at facilities in Washington, D.C., and Fort Worth, TX. The contract will be a Time-and-Materials (T&M) type. Proposals are due by May 6, 2026, at 11:00 AM ET.

Scope of Work

The contractor shall provide all personnel, equipment, supplies, and services necessary for SCADA system maintenance. This includes the design, analysis, documentation, development, modification, testing, troubleshooting, installation, integration, implementation, and support of existing and new SCADA equipment, IT systems, applications software, and Industrial Control Systems (ICS). Key activities involve patching, updates, design, build, test, documentation, training, troubleshooting, management, and deployment of the SCADA system, as well as major modifications and hardware-related repairs. Services will be performed at the District of Columbia Facility (DCF) and the Western Currency Facility (WCF), with a hybrid work environment.

Contract Details

  • Contract Type: Time-and-Materials (T&M)
  • Set-Aside: Total Small Business Set-Aside (100%)
  • NAICS Code: 561210 - Facilities Support Services (Size Standard: $47.0M)
  • Period of Performance: One Base Period (June 2026 - September 30, 2026) and four 12-month option years, extending through September 30, 2030.
  • Place of Performance: Washington, D.C. and Fort Worth, TX.

Key Requirements & Clarifications

Personnel must meet high/low risk requirements, with U.S. Citizenship mandatory for high-risk IT labor. Background investigations and Non-Disclosure Agreements are required. Key personnel must hold specific certifications, including AVEVA Citect SCADA Certified Expert (two employees), Niagara 4, Facility Explorer®, and ABB Automation Technical Application Eng Support. Compliance with BEP's Office of Critical Infrastructure and IT Security protocols, NIST FIPS, and the "75D-07.0-04 EHS Contractor Requirements" document is mandatory. Contractors are expected to have a local presence in the DC area, covering associated travel costs. The current SCADA software includes Aveva Plant 2018 (DC) and 2020 (WCF), with planned upgrades to 2023, utilizing Allen-Bradley and ABB PLCs.

Submission & Evaluation

Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis and must be submitted in three volumes: Technical Approach, Past Performance, and Price. Offerors must complete and submit an Initial Staffing Plan (Attachment 6), which is not included in the 25-page limit for Volume I. A Past Performance Questionnaire (Attachment 5) must be sent to three relevant assessors, with completed questionnaires due by April 16, 2026, 10:00 AM ET. Post-award, a Monthly Workforce Report (Attachment 7) is required, certifying that the small business prime and similarly situated subcontractors collectively performed at least 51% of the total contract cost for personnel.

Amendments

This solicitation has undergone five amendments. The latest, Amendment 0005, includes a revised Performance Work Statement (PWS). Amendment 0004 extended the quote due date to May 6, 2026, 11:00 AM ET, provided additional Q&A, and included the EHS Contractor Requirements document. Offerors must acknowledge all amendments and align their proposals with the revised PWS.

Contact Information

For questions, contact Kaiti Williams at kaiti.williams@bep.gov or 202-717-1439.

People

Points of Contact

Kaiti WilliamsPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6Viewing
Combined Synopsis/Solicitation
Posted: Apr 24, 2026
Version 5
Combined Synopsis/Solicitation
Posted: Apr 23, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Apr 21, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Apr 6, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 19, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 17, 2026
View