Next Generation (NextGen) Passport Personalization Printers Support
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 U.S. Department of State, ACQUISITIONS - AQM MOMENTUM, is soliciting proposals for Next Generation (NextGen) Passport Personalization Printers Support. This opportunity seeks a contractor to provide and support specialized printers and associated services to enhance the security, durability, and quality of U.S. passport books. This is a Solicitation for a single-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. Proposals are due March 16, 2026, at 1:00 p.m. EST.
Scope of Work
The contractor will supply and maintain NextGen Passport Personalization Printers, including both High-Capacity (300+ books/hour) and Low-Capacity (100+ books/hour) models. These printers must support laser engraving on polycarbonate data pages, color printing on endorsement pages, embedded chip personalization (ICAO Document 9303 compliant), and inline automated quality inspection. Services encompass comprehensive program management, transition support, consumable materials, warranty, on-site support, enhancement software development, and printer relocation. Optional services include consulting, shipping, installation, integration, training, warehouse and security augmentation, and decommissioning.
Contract Details
- Type: Single-award Indefinite-Delivery, Indefinite-Quantity (IDIQ). Task/Delivery Orders will be Firm Fixed Price (FFP) or Time and Material (T&M), potentially hybrid.
- Duration: Anticipated base year plus four option years.
- Set-Aside: None (Unrestricted). However, specific subcontracting goals for Fiscal Year 2024 apply to large business prime offerors: Small Business (38%), Small Disadvantaged Business (5%), Small Woman-Owned Business (5%), HUBZone Small Business (3%), and Service-Disabled Veteran-Owned Small Business (3%). Small business prime offerors are exempt from submitting a subcontracting plan.
- Maximum Quantities: 15 high-capacity printers and 10 low-capacity printers.
- Place of Performance: Washington, DC, and all Consular Affairs Domestic Operational Facilities, including 29 domestic Passport Agencies, Centers, and Support Sites.
Key Requirements
- Security: A TOP SECRET facility clearance is mandatory for the prime contractor, with personnel requiring SECRET or TOP SECRET clearances. Compliance with HSPD-12 for PIV cards, DOD 5220.22-M, and NIST SP800-53 is required. Contractors must also manage Cybersecurity Supply Chain Risk Management (C-SCRM), including Software Bills of Materials (SBOMs) and vulnerability reporting.
- Performance Standards: Printers must meet specified throughput rates and integrate with existing DOS technology environments per an Interface Control Document (ICD). Support services require a 24/7 Service Desk and aim for printer operational status within four hours of failure at issuance sites.
- Management: Adherence to SAFe Agile practices, ITIL, CMMI best practices, and Earned Value Management (EVM) is required.
- Deliverables: Include a Kick-Off Meeting, Program Management Plan, Security Operations Plan, Weekly Activity Reports (WARs), Monthly Contract Status Reports (CSRs), and transition plans.
Evaluation & Submission
Proposals will be evaluated based on four factors: Factor 1 (Technical) is most important, followed by Factor 2 (Past Performance), Factor 3 (C-SCRM - Go/No-Go), and Factor 4 (Price). Technical and Past Performance combined are significantly more important than Price. The page limit for the Technical Proposal (Section L.3 Volume I) has been increased to 70 pages.
Contact Information
- Primary: Kathleen Mejia (mejiakj@state.gov)
- Secondary: Vincent Sanchez (SanchezVJ@state.gov, 202-394-5046)