Fingerprint Services
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 Department of the Navy, specifically NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Fingerprint Services for the Naval Service Training Command (NSTC) Enterprise. This Firm Fixed Price contract requires digital fingerprint collection and submission to the Defense Counterintelligence and Security Agency (DCSA) via SWFT/SWFT+ for personnel located nationwide. This is a Total Small Business Set-Aside. Offers are due May 20, 2026, at 10:00 AM.
Scope of Work
The contractor will provide digital fingerprinting services, including:
- Collecting and submitting electronic fingerprints to DCSA using Secure Web Fingerprint Transmission (SWFT) and SWFT+ applications.
- Digitizing hard-card fingerprints for submission via SWFT if digital capture is unavailable.
- Providing a point of contact and alternates for contract performance.
- Maintaining a web-based appointment system for users.
- Performing fingerprinting services at the contractor's premises.
- Ensuring a minimum 95% fingerprint submission quality and acceptance rate.
- Utilizing equipment compatible with SWFT, operational 90% of the time. The NSTC Enterprise includes NSTC, Naval Reserve Officer Training Corps, and subordinate commands with locations across the continental United States, including Hawaii. The estimated annual requirement is approximately 1,250 fingerprints, with an additional not-to-exceed 250 fingerprints per year.
Contract Details
- Contract Type: Firm Fixed Price
- Duration: A base period and four option years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561611 (Investigative Services)
- Size Standard: $25 million
- Product Service Code: R615 (Support Administrative: Background Investigation)
- Delivery: FOB Destination, required not later than 30 days after contract award.
- Payment: Processed through Wide Area Work Flow (WAWF).
Submission & Evaluation
- Solicitation Issue Date: May 14, 2026
- Offer Due Date: May 20, 2026, 10:00 AM (Eastern Time, assuming Norfolk, VA)
- Evaluation: Award will be based on price. Past performance may be considered if the lowest price quote does not represent the best value. Options will be evaluated by adding their total price to the basic requirement's price.
- Registration: Prospective awardees must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment.
Additional Notes
All questions regarding this requirement should be directed via email to the Contract Specialist, Sarah Celestin, at sarah.n.celestin.civ@us.navy.mil. The solicitation and any amendments will only be available for download from SAM.gov.