Rigging Services Blanket Purchase Agreement (BPA)
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) is soliciting proposals for a Rigging Services Blanket Purchase Agreement (BPA) to handle the disassembly, relocation, removal, and disposal of large, heavy equipment. This is a Total Small Business Set-Aside. ATTENTION: Do not submit quotes until further notice; the due date will be extended.
Scope of Work
The BPA requires non-personal rigging services for equipment weighing approximately 10-35 tons, located at the Washington D.C. facility and the Landover, Maryland warehouse. Services include disassembly and relocation; or demolition, removal, and disposal of equipment, such as Komori presses. Occasional relocation of similar equipment, materials, and components may also be required. The contractor will be responsible for loading, transporting, removing, delivering, and disposing of equipment, adhering to off-site scrap disposal requirements.
Contract Details
- Contract Type: Single-award, Firm Fixed-Price (FFP) Blanket Purchase Agreement (BPA).
- Ordering Period: Five years, from April 1, 2026, to March 31, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Product Service Code: P100 - Preparation And Disposal Of Excess And Surplus Property.
- Place of Performance: Washington, DC Currency Facility and Landover, MD warehouse.
Submission & Evaluation
- Submission Method: Quotes must be emailed to the Contracting Officer.
- Due Date: Currently extended; do not submit quotes until further notice.
- Offer Firm Price: 90 days from the RFQ closing date (once announced).
- Evaluation: Lowest Price Technically Acceptable (LPTA) approach, considering Technical Capability, Past Performance, and Price.
- Proposal Volumes: Offers must include three separate volumes: Technical Capability, Past Performance, and Cost/Price.
- Eligibility: Offerors must be registered in the System for Award Management (SAM).
Special Requirements & Clarifications
For each call order, the contractor must conduct a site visit, assess the scope, develop a rigging plan, and provide an initial quote within 15 business days. Rigging plans must be developed, verified, and certified by a D.C. licensed Structural Engineer prior to service, particularly for items like the Komori press, though this may vary for other call orders. If equipment is scrapped, the contractor must provide BEP with proceeds from the scrap metal and a certificate of destruction. Unit prices in the pricing sheet are for award determination and are not a firm-fixed-price value or not-to-exceed cost. A Quality Control System (QCS) with a written Quality Control Plan (QCP) is required within 30 days of award. Wage determinations (Attachment 3) apply. Site visits have already occurred.
Contact Information
Contracting Officer: Marico Sellers (marico.sellers@bep.gov).