Scout

2031ZA26Q00069

Landover Warehouse Slab On Grade (SOG) Evaluation

TREASURY, DEPARTMENT OF THE > BUREAU OF ENGRAVING AND PRINTING > OFFICE OF THE CHIEF PROCUREMENT OFFICER

New Rejected
Actions
Open SAM.gov
Notice Type Combined Synopsis/Solicitation
Due 2026-04-27
Posted 2026-04-21
NAICS 541330
PSC R425
Set-aside Total Small Business Set-Aside (FAR 19.5)
Scout Score 8

Quick analysis

100% Small Business set‑aside under NAICS 541330 (size standard $25.5M); Trace’s estimated ~$49M revenue indicates we are not small for this NAICS and cannot prime.

Scope is a structural Slab-On-Grade engineering evaluation requiring a sealed technical report—outside Trace’s core capabilities (SATCOM/C5ISR, CDS, MPE, IT O&M).

New requirement with no incumbent, but competitive field favors small A/E firms with licensed structural PEs and local warehouse/industrial experience.

Limited strategic value for Trace (non-target agency, one-off engineering study, minimal linkage to core DoD/JADC2/SATCOM lanes).

Scope summary

  • Offeror must qualify as a Small Business under NAICS 541330 (size standard $25.5M).
  • Provide an engineering evaluation of existing warehouse concrete SOG including load capacity, loading patterns/types, and recommendations.
  • Conduct site survey, measurements, and technical testing; review any available drawings; verify field conditions.
  • Deliver a signed and sealed technical report with analysis data and drawings.
  • Comply with BEP environmental/health/safety requirements (BEP-EMS 75D-07.0-04).
  • Personnel background investigations and required forms at proposal time; access to Controlled Industrial Area.
  • Three-volume proposal: Technical (≤5 pages), Past Performance (≥2 recent/relevant), and Price; active SAM at submission.
  • Firm-fixed-price quote; place of performance: Landover Warehouse, MD; travel: none.

Dimension scores

Total - 8/100
Technical Fit - 2/20

PWS requires a structural engineering SOG evaluation with a sealed technical report. Trace’s core capabilities (SATCOM/LEO, CDS, MPE, C5ISR/edge, IT O&M) do not include civil/structural engineering. Evidence: PWS summary and company_profile core capabilities.

Past Performance - 2/20

No documented past performance with Treasury/BEP or structural/civil engineering studies. Trace’s past performance is DISA, USAF, USSF, MDA, Army in SATCOM/C5ISR/IT. Evidence: company_profile past performance; RFQ identifies new requirement with no incumbent.

Vehicles / Contract Access - 1/10

Opportunity is restricted to Small Business under NAICS 541330. Trace is not small for this NAICS (est. revenue ~$49M > $25.5M), so cannot prime; teaming would be required for access as a subcontractor.

Competitive Position - 1/15

As a non-small, non-structural specialist, Trace lacks differentiators in a field favoring small A/E firms with licensed structural PEs. New requirement with no incumbent does not offset domain mismatch.

Risk - 1/15

Very high pursuit risk due to disqualifying small-business set-aside and lack of required structural PE capabilities. Short turnaround increases execution risk for assembling a compliant team.

Strategic Value - 1/10

BEP (Treasury) is not a target agency and the scope is a one-time SOG evaluation with limited synergy to Trace’s SATCOM/C5ISR lanes; minimal pathway to core strategic objectives.

Compliance - 0/10

Noncompliant to prime: 100% Small Business set‑aside under NAICS 541330 ($25.5M) while Trace est. revenue is ~$49M. Also likely requires a PE-sealed report; no evidence Trace holds structural PE credentials.

Concerns

  • Disqualifying small-business set-aside for Trace under NAICS 541330.
  • Scope requires a PE-sealed structural report—capability not in Trace core profile.
  • Short proposal timeline (quotes due Apr 27, 2026) limits ability to form a compliant small-business team.
  • Partial document extraction may hide additional technical/compliance specifics (e.g., licensing, insurance) not yet confirmed.

Teaming opportunities

  • Small Business prime with licensed structural PE(s) in Maryland capable of SOG evaluation and sealed reports.
  • Local industrial/warehouse structural testing capability (e.g., nondestructive testing, core sampling) and report production.
  • Experience with Treasury/BEP site access and EHS compliance.

Competitive position

  • No differentiated Trace win theme identified; scope is outside core and set-aside precludes priming.

Bid/No bid factors

  • 100% Small Business set-aside; Trace not small for NAICS 541330.
  • Structural PE-sealed deliverable likely mandatory; not in Trace core capabilities.
  • Non-target civilian agency with limited linkage to core DoD/SATCOM lanes.
  • Partial PWS/RFQ extraction—some obligations may be unverified.

Documents

Download all
2031ZA26Q00069_Questions and Answers.xlsx Download
Summary

Government Q&A spreadsheet (Sheet1) where an offeror asked whether there is an incumbent or prior award; the government answers that this is a new requirement and no prior award number exists. The file is a short, reviewed extraction of the full Q&A sheet.

  • Document type: Questions & Answers (Sheet1) — indicates solicitation Q&A process is active
  • Government response: “This a new requirement” — explicit statement that there is no incumbent/recompete
  • No prior award number available — no direct past-contract reference for the requirement
  • Implication for BD: lack of incumbent removes incumbency advantage and suggests an open competition for a new task order/contract
Attachment 1 - PWS.docx Download

Partially reviewed: Too large

Summary

Partial extract (sections 1 & 2 of 3) of the BEP Performance Work Statement for an engineering evaluation of the Landover Warehouse concrete Slab On Grade (SOG). It defines a structural analysis scope (site survey, testing, analysis), deliverables (signed/sealed technical report and drawings), schedule expectations, and facility security/background-check requirements. The review is partial because the file was too large for full extraction.

  • Project objective: engineering evaluation of existing warehouse concrete SOG to determine maximum load capacity, loading patterns/types, and recommendations to enhance capacity.
  • Place of performance: Landover Warehouse, 3201 Pennsy Dr, Landover, MD 20785.
  • Scope of work: structural evaluation including site survey, review of available drawings, measurements, technical testing, analysis; original shell drawings not available—contractor must perform investigations.
  • Deliverables: signed and sealed technical report with analysis data and drawings; preliminary schedule due one week after award and at kickoff.
  • Safety/security: comply with BEP-EMS 75D-07.0-04 EHS Contractor Requirements; access to Controlled Industrial Area; contractor personnel must complete government background investigation and provide required background form at proposal time.
  • Travel: none required (document states Travel Requirements: None).
  • Government-furnished documents: archived/available drawings may be provided for informational purposes only; contractor responsible for verifying conditions.
  • Contract administration: COR will monitor technical performance but cannot change contract terms; non-personal services clause emphasized; OCI notification/mitigation required.
  • Acceptance: substantial completion defined with requirements for testing, training, manuals, and a 10-calendar-day notice to CO/COR prior to substantial completion walk-through.
RFQ 2031ZA26Q00069.pdf Download

Partially reviewed: Too large

Summary

Partially reviewed (only sections 1 and 6 extracted) combined synopsis/solicitation from the Bureau of Engraving and Printing (Dept. of the Treasury) for a Slab On Grade (SOG) Evaluation at the Landover Warehouse. Solicitation 2031ZA26Q00069 is a 100% Small Business set-aside under NAICS 541330 (Engineering Services), requests firm-fixed-price quotes, and requires submission of three proposal volumes (technical limited to 5 pages, past performance, and price). Review limited due to file size; remaining sections/attachments (e.g., full PWS/attachments) were not provided in the extract.

  • Agency/Customer: Bureau of Engraving and Printing (Dept. of the Treasury)
  • Opportunity title: Landover Warehouse Slab On Grade (SOG) Evaluation; Solicitation #2031ZA26Q00069
  • Set-aside: 100% Total Small Business Set-Aside (FAR 19.5); NAICS: 541330 (Engineering Services); size standard $25.5M
  • Place of performance: Landover Warehouse, 3201 Pennsy Dr, Landover, MD 20785
  • Contract type: Potential firm-fixed-price contract; prices quoted as all-inclusive to include any anticipated travel
  • Key dates: Questions due by 2:00 PM EST on April 20, 2026; Quotes due by 2:00 PM EST on April 27, 2026
  • SAM registration: Offeror must have active SAM.GOV registration by quote deadline to be considered
  • Point of contact: Contract Specialist Bryan Sheppard, bryan.sheppard@bep.gov
  • Proposal format requirements: Three separate volumes required; Volume I Technical Approach limited to 5 pages; Volume II Past Performance (no page limit) requires ≥2 relevant/recent (within 3 years) contracts with POC info
  • Submission file format restrictions: Microsoft Office non-macro compatible and PDFs acceptable; several file extensions explicitly disallowed; note DMARC/DKIM/SPF email deliverability warning
  • Security/compliance clauses present: multiple FAR and Treasury deviations; clauses include Security Prohibitions/Exclusions and contractor publicity restrictions (Contractor must obtain CO consent before public references)
  • PII handling instructions: Do not include or email identification cards, home addresses, SSNs; redact home/mailing addresses on educational documents
  • Product Service Code (PSC): R425 (Support—Professional: Engineering/Technical)
  • Proposal evaluation: award to responsible offeror whose conforming offer is most advantageous, price and other factors considered
  • Attachments referenced: Performance Work Statement in Attachment 1 (PWS) — not fully extracted; evaluation and specific technical requirements likely in attachments not reviewed
Technical details

Entry: sync

Review status: Up to date

Logical upstream opportunity: 34563

Notice lineage:

  • 780a0f5a49514994ad3eba24ca638f9e (posted 2026-04-21) - current
  • 8a66aebaa5194b0eb9711cf75a632878

Last synced: 2026-04-21T18:36:52.192037+00:00

Last analyzed: 2026-04-21T18:38:38.134758+00:00

Latest package fingerprint: e36f7eb31d5bc518708287c6ad1a0837beb506463da0059fe3557aed128f4243

Latest package notice: 780a0f5a49514994ad3eba24ca638f9e

Latest package documents: 3

Evidence limitations
  • Attachment 1 - PWS.docx: partially reviewed (too large)
  • RFQ 2031ZA26Q00069.pdf: partially reviewed (too large)
Recent package history
  • 2026-04-21T18:36:52.196353+00:00: 780a0f5a49514994ad3eba24ca638f9e with 3 docs

Labels

Human notes

No human notes yet.

Qualification Settings

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

System Settings

Runtime

Custom Search

Search time

These filters apply only to this run. Qualification settings stay unchanged.

Custom Search queries Fetchmesh and stores the results in Scout without mutating the default sync configuration.

Workspace visibility

All custom searches are public for now.

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

Browse Searches