Currency Inks – Feature Intaglio Inks
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 U.S. Department of the Treasury, Bureau of Engraving and Printing (BEP) is conducting a Sources Sought to identify qualified sources capable of supplying feature intaglio inks, including color shifting, metallic, and infrared distinct types. This market research aims to determine appropriate acquisition methods and vendor interest for manufacturing U.S. Currency. Responses are due March 11, 2026.
Scope of Work
The BEP seeks information on the capability to supply:
- Color shifting intaglio ink.
- Metallic colors of intaglio ink.
- Infrared distinct intaglio ink. All supplied inks must meet specified requirements. Material samples for BEP testing and evaluation may be required.
Contract & Timeline
- Type: Sources Sought / Market Research (NOT a solicitation)
- Anticipated Duration: Tentatively 5 years for a future requirement.
- Set-Aside: None specified; BEP is interested in developing alternate sources.
- Response Due: March 11, 2026, at 5:00 PM ET.
- Published: February 24, 2026.
Submission Requirements
Respondents should include:
- Source Sought number.
- Capabilities for planning purposes.
- DUNS number, organization name, address, point of contact, and business type (NAICS Code 325910).
- Technical and administrative points of contact.
- Literature demonstrating capability and test ink samples.
- Information on past deliveries and customer references.
- A statement on whether inks meet the definition of a commercial item (FAR 2.101).
- GSA Schedule number (if applicable).
- Preferred contract lengths (60, 72, 84, 96, 108, or 120 months). Specifications are available upon written request with a letter of intent; an NDA may be required.
Additional Notes
This is for planning purposes only and does not constitute a solicitation. All costs for responding are at the respondent's expense. Responses will be safeguarded. Not responding does not preclude participation in future solicitations. Do not include proprietary, classified, confidential, or sensitive information.