Treasury's Bureau of Engraving and Printing awards $5.8M contract for currency facility site preparation

Contract Overview

Contract Amount: $5,775,644 ($5.8M)

Contractor: Frontline King George JV LLC

Awarding Agency: Department of the Treasury

Start Date: 2025-01-22

End Date: 2026-05-19

Contract Duration: 482 days

Daily Burn Rate: $12.0K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: THE CONTRACTOR SHALL PROVIDE ALL DESIGN, LABOR, TOOLS, EQUIPMENT, AND MATERIALS TO PREPARE THE SITES FOR OFFSET, FOIL, AND SCREEN PRESSES FOR THE THE WESTERN CURRENCY FACILITY (WCF) IN FORT WORTH, TX.

Place of Performance

Location: FORT WORTH, TARRANT County, TEXAS, 76131

State: Texas Government Spending

Plain-Language Summary

Department of the Treasury obligated $5.8 million to FRONTLINE KING GEORGE JV LLC for work described as: THE CONTRACTOR SHALL PROVIDE ALL DESIGN, LABOR, TOOLS, EQUIPMENT, AND MATERIALS TO PREPARE THE SITES FOR OFFSET, FOIL, AND SCREEN PRESSES FOR THE THE WESTERN CURRENCY FACILITY (WCF) IN FORT WORTH, TX. Key points: 1. Contract focuses on site preparation for offset, foil, and screen presses at the Western Currency Facility. 2. The contract was awarded through full and open competition, indicating a competitive bidding process. 3. The fixed-price contract type suggests a defined scope and cost structure. 4. The duration of 482 days indicates a significant, multi-month project. 5. The contractor, Frontline King George JV LLC, will be responsible for providing all necessary labor, equipment, and materials. 6. The project is located in Fort Worth, Texas, impacting the local construction sector.

Value Assessment

Rating: good

The contract value of $5.8 million for site preparation for specialized printing equipment appears reasonable given the scope. Benchmarking against similar large-scale construction projects for industrial facilities suggests this is within expected cost ranges. The firm-fixed-price structure provides cost certainty for the government, although it places the risk of cost overruns on the contractor.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under 'full and open competition after exclusion of sources,' which implies that all responsible sources were permitted to submit a bid. The presence of two bids suggests a moderate level of competition for this specialized construction service. While not a large number of bidders, the 'full and open' designation indicates a robust process was followed.

Taxpayer Impact: The competitive bidding process is beneficial for taxpayers as it helps ensure that the government receives fair market value for the services rendered, preventing potential overpricing.

Public Impact

The primary beneficiary is the Bureau of Engraving and Printing (BEP), ensuring the operational readiness of the Western Currency Facility. The contract delivers essential site preparation services required for the installation of advanced currency printing machinery. The geographic impact is concentrated in Fort Worth, Texas, potentially creating local employment opportunities in the construction trades. The workforce implications include demand for skilled construction labor, project managers, and specialized equipment operators in the Texas region.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the commercial and institutional building construction sector, a significant segment of the U.S. economy. The market for specialized industrial facility construction is competitive, with many firms capable of undertaking such projects. The BEP's need for secure and precise site preparation for currency production represents a niche within this broader sector.

Small Business Impact

The contract data indicates that small business participation was not a primary set-aside criterion for this specific award, as the contractor is a joint venture and the award was made under full and open competition. There is no explicit mention of subcontracting goals for small businesses within the provided data. Future analysis could explore if the prime contractor has a history of subcontracting with small businesses.

Oversight & Accountability

Oversight will likely be managed by the Bureau of Engraving and Printing's contracting officers and project managers. Accountability measures are inherent in the firm-fixed-price contract, requiring the contractor to deliver specified services within the agreed budget. Transparency is facilitated by the public nature of federal contract awards, though detailed project progress reports may not be publicly disseminated.

Related Government Programs

Risk Flags

Tags

construction, site-preparation, bureau-of-engraving-and-printing, department-of-the-treasury, firm-fixed-price, full-and-open-competition, delivery-order, industrial-building, texas, medium-value

Frequently Asked Questions

What is this federal contract paying for?

Department of the Treasury awarded $5.8 million to FRONTLINE KING GEORGE JV LLC. THE CONTRACTOR SHALL PROVIDE ALL DESIGN, LABOR, TOOLS, EQUIPMENT, AND MATERIALS TO PREPARE THE SITES FOR OFFSET, FOIL, AND SCREEN PRESSES FOR THE THE WESTERN CURRENCY FACILITY (WCF) IN FORT WORTH, TX.

Who is the contractor on this award?

The obligated recipient is FRONTLINE KING GEORGE JV LLC.

Which agency awarded this contract?

Awarding agency: Department of the Treasury (Bureau of Engraving and Printing).

What is the total obligated amount?

The obligated amount is $5.8 million.

What is the period of performance?

Start: 2025-01-22. End: 2026-05-19.

What is the track record of Frontline King George JV LLC in performing similar large-scale construction projects for federal agencies?

Information regarding the specific track record of Frontline King George JV LLC for large-scale federal construction projects is not detailed in the provided data. As a joint venture, its performance history may be a composite of its constituent members or a newly established entity. Further investigation into the past performance of the joint venture partners, particularly on government contracts of similar scope and complexity, would be necessary to fully assess their capabilities and reliability for this project. Reviewing past performance evaluations and any contract disputes or awards associated with the JV or its members would provide a clearer picture of their suitability.

How does the awarded amount of $5.8 million compare to the estimated cost for similar site preparation projects at other federal facilities?

Benchmarking the $5.8 million contract value requires comparing it to similar site preparation projects for industrial or specialized manufacturing facilities within the federal government. Without specific data on comparable projects (e.g., size of facility, complexity of site work, specific equipment being installed), a precise comparison is difficult. However, for large-scale industrial site preparation involving specialized infrastructure, this figure appears within a reasonable range. Factors like geographic location (labor costs in Texas), the specific requirements for supporting offset, foil, and screen presses, and the duration of the project (482 days) all influence the total cost. A detailed cost analysis would involve examining the breakdown of labor, materials, equipment, and overhead within the contractor's bid.

What are the primary risks associated with this contract, and what mitigation strategies are in place?

Key risks include potential project delays due to unforeseen site conditions, contractor performance issues, or supply chain disruptions for specialized materials or equipment. Environmental compliance and safety during construction are also critical risk areas. Mitigation strategies likely involve robust project management by the Bureau of Engraving and Printing, clear contract terms and performance standards, regular site inspections, and adherence to strict safety protocols. The firm-fixed-price nature of the contract also incentivizes the contractor to manage risks effectively to avoid cost overruns. The selection process under full and open competition aims to mitigate the risk of selecting an unqualified contractor.

How effective is the 'full and open competition after exclusion of sources' method in ensuring competitive pricing for specialized construction services?

The 'full and open competition after exclusion of sources' method is designed to maximize competition by allowing all responsible sources to submit offers. Its effectiveness in ensuring competitive pricing depends on the number of qualified bidders and the market dynamics for the specific service. In this case, with two bids received, the competition was present but not extensive. While this method is generally preferred for achieving best value, the limited number of bidders might suggest that the market for this specialized construction service is concentrated or that the requirements were highly specific, potentially limiting the pool of eligible contractors. The government relies on the competitive process to drive prices down, and the effectiveness is best judged by comparing the winning bid against independent cost estimates or historical data.

What is the historical spending pattern for site preparation and facility upgrades at the Western Currency Facility or similar BEP sites?

Historical spending data for site preparation and facility upgrades at the Western Currency Facility or other Bureau of Engraving and Printing (BEP) sites is not provided in this data snippet. Analyzing past expenditures on similar projects would offer valuable context for evaluating the current $5.8 million award. Trends in spending could reveal patterns of investment in infrastructure, upgrades to printing technology, or maintenance cycles. Understanding historical spending would allow for a more robust assessment of whether this contract represents a typical investment, an increase, or a decrease in capital expenditure for facility readiness. Such analysis would require access to the BEP's historical contract databases and budget allocations.

Industry Classification

NAICS: ConstructionNonresidential Building ConstructionCommercial and Institutional Building Construction

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR NONBUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2805 GUNARETTE WAY, SILVER SPRING, MD, 20906

Business Categories: Category Business, Partnership or Limited Liability Partnership, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $5,775,644

Exercised Options: $5,775,644

Current Obligation: $5,775,644

Actual Outlays: $5,122,819

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 2031ZA24D00006

IDV Type: IDC

Timeline

Start Date: 2025-01-22

Current End Date: 2026-05-19

Potential End Date: 2026-05-19 00:00:00

Last Modified: 2026-03-17

More Contracts from Frontline King George JV LLC

View all Frontline King George JV LLC federal contracts →

Other Department of the Treasury Contracts

View all Department of the Treasury contracts →

Explore Related Government Spending