Currency Counters for Laboratories
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), Office of Quality Operations (OQO), is soliciting quotes for five (5) new Currency Counters for inventory purposes at its Eastern Currency Facility (ECF) in Washington, DC. This is a Combined Synopsis/Solicitation for commercial items, with a Firm Fixed-Price contract anticipated. Quotes are due by May 8, 2026, at 2:00 PM EST.
Scope of Work
The requirement is for five new currency counters that meet or exceed specified technical requirements. Key features include:
- Maximum weight of 60 pounds.
- Selectable counting speeds up to 3,000 pieces per minute.
- Electrical compatibility with 115V AC/15A.
- Display for visual quantity presentation with rotation and elevation.
- Continuous operation for up to 8 hours without overheating.
- Multiple operating modes: quantity verification, continuous counting, and summing.
- Ability to count with or without a dust-lid closed.
- All parts must be new; no prototypes, refurbished, or one/two-of-a-kind systems will be considered.
- Deliverables include delivery, installation instructions, and operating instructions.
- A one-year manufacturer's warranty and one year of technical support are required.
- Delivery to the Washington, DC Currency Facility (DCF) and Western Currency Facility (WCF) is required within 90 days of contract award.
Contract & Timeline
- Contract Type: Firm Fixed-Price
- NAICS Code: 333310 (Commercial and Service Industry Machinery Manufacturing)
- Set-Aside: None (This RFQ is not a small business set-aside)
- Response Due: May 8, 2026, 2:00 PM EST
- Published Date: April 30, 2026
Submission & Evaluation
Quotes must be submitted electronically to Naweed.Nezam@treasury.gov. Award will be based on a Lowest Price Technically Acceptable (LPTA) source selection process. Technical acceptability will be evaluated against the Statement of Work (SOW) requirements, and price will be assessed for fairness and reasonableness. The award will go to the responsible offeror with a technically acceptable quote and the lowest evaluated price.
Key Compliance Requirements
Bidders must adhere to various Environmental, Health, and Safety (EHS) requirements. This includes general EHS standards for large equipment purchases (e.g., noise levels, machine guarding, hazardous emissions, energy isolation, laser systems, LED lighting), EHS contractor requirements for personnel working at the BEP Washington DC Facility (e.g., training, safety plans, permits, fire protection, electrical safety), and specific radiation and laser safety protocols if applicable to the work environment.