National Certificate Automation Redesign (NCAR) Printer Replacement

SOL #: 70SBUR26I00000012Sources Sought

Overview

Buyer

Homeland Security
Us Citizenship And Immigration Services
USCIS CONTRACTING OFFICE(ERBUR)
Williston, VT, 05495, United States

Place of Performance

Camp Springs, MD

NAICS

Computer Terminal and Other Computer Peripheral Equipment Manufacturing (334118)

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Mar 27, 2026
2
Last Updated
Apr 15, 2026
3
Response Deadline
Apr 21, 2026, 6:00 PM

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 Homeland Security (DHS), specifically U.S. Citizenship and Immigration Services (USCIS), is conducting market research through a Sources Sought Request for Information (SS-RFI) for the National Certificate Automation Redesign (NCAR) Printer Replacement. USCIS seeks to identify sources capable of providing forensically consistent printers for the production of secure Naturalization Certificates. This RFI is for planning purposes only and does not constitute a solicitation. Responses are due April 21, 2026.

Scope of Work

USCIS requires replacement printers for the NCAR program, which are replaced every five years due to age and maintenance. This will be the fourth replacement cycle. The primary objective is to identify equipment with specific functional specifications to ensure forensic consistency and security attributes for Naturalization Certificates.

Key technical requirements include:

  • Forensically Secure Printing: Pigment-based ink printing method that permanently penetrates or bonds with security paper, is resistant to chemical/mechanical alteration and fading, uses separate black ink, and does not damage UV security features. Proposed units must pass testing by a USCIS-selected forensic laboratory.
  • Paper Compatibility: Support for USCIS custom-produced, secure paper (approx. 28 Lb bond, green tinged, security background, raised printing, and a raised gold embossed seal). Vendors must work with USCIS on color management adjustments.
  • Performance & Capacity: Minimum 500-sheet paper tray, minimum 28 ppm color print speed, and a duty cycle of 3,000 pages/month (sustained) with surges up to 10,000 pages/month.
  • Connectivity & Driver: Minimum USB 2.0 interface with a 3m cable, and a driver capable of horizontal and vertical adjustments for preprinted information.
  • Supplies & Warranty: Initial supply of ink (largest capacity for black, cyan, magenta, yellow) and one year of PM/cleaning supplies included. Replacement supplies for years 2-5 may be provided automatically. All ink must have a 12-month shelf life. A 5-year next day on-site or advanced exchange warranty is required.

Potential procurement details include a base purchase of 5-10 units for testing, an initial deployment of 300 printers to over 100 USCIS locations, and ongoing purchase options for up to 25 additional printers per year over a four-year period. Provisions for purchasing required ink through the contract vehicle may also be included. USCIS is also interested in higher-capacity devices (70+ PPM, 1000+ page tray) for potential centralized production.

Contract & Timeline

  • Type: Sources Sought / Market Research (RFI)
  • Set-Aside: None specified for this RFI. USCIS is considering NAICS codes 334118 (Computer Terminal and Other Computer Peripheral Equipment Manufacturing) and 541519 (Information Technology Value-Added Resellers).
  • Response Due: April 21, 2026, at 2:00 PM ET
  • Published: April 15, 2026

Evaluation

Responses will be used for market research to determine industry capabilities, potential small business participation, and to inform future technical and acquisition strategies. This RFI is not an offer and cannot be accepted to form a binding contract.

Additional Notes

Respondents are solely responsible for all expenses incurred in responding to this RFI. Proprietary information should be marked accordingly. Submissions should be in PDF format via email to Amir.Hrnjic@uscis.dhs.gov and Sieanna.R.Seward@uscis.dhs.gov.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 2Viewing
Sources Sought
Posted: Apr 15, 2026
Version 1
Sources Sought
Posted: Mar 27, 2026
View