2031ZA26Q00069
Landover Warehouse Slab On Grade (SOG) Evaluation
TREASURY, DEPARTMENT OF THE > BUREAU OF ENGRAVING AND PRINTING > OFFICE OF THE CHIEF PROCUREMENT OFFICER
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
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.
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.
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.
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.
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.
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.
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
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
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
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)
- 2026-04-21T18:36:52.196353+00:00: 780a0f5a49514994ad3eba24ca638f9e with 3 docs
Labels
Human notes
No human notes yet.