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 Department of State, Bureau of Consular Affairs (CA/CST) is soliciting proposals for Next Generation (NextGen) Passport Personalization Printers Support. This opportunity seeks to acquire and support specialized printers crucial for enhancing the security, durability, and quality of U.S. passport books at domestic operational facilities. The solicitation is for a single-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. Proposals are due March 31, 2026, at 1:00 p.m. EST.
Scope of Work
The contractor will provide comprehensive support for NextGen Passport Personalization Printers, including both High-Capacity (300+ books/hour) and Low-Capacity (100+ books/hour) models. Key services include:
- Program Management and Support Services: Resource allocation, cost control, quality assurance, risk management, and communication.
- Printer Provisioning: Supply of printers with laser engraving, color printing, embedded chip personalization (ICAO Document 9303 compliant), and inline automated quality inspection.
- Consumable Materials: Supply of all necessary materials for printer operation.
- On-site Support Services: Maintenance and support at 29 domestic Passport Agencies, Centers, and Support Sites, ensuring high uptime (e.g., 4-hour response for critical failures).
- Optional Services: Installation, integration, training, enhancement software development, relocation, and decommissioning.
Contract Details
- Contract Type: Single-award IDIQ, with Firm Fixed Price (FFP) or Time and Material (T&M) Delivery/Task Orders.
- Duration: Base year + 4 option years (implied from pricing table).
- Set-Aside: None specified.
- Maximum Quantities: 15 high-capacity printers and 10 low-capacity printers.
- Place of Performance: Primarily Washington, DC, and all Consular Affairs Domestic Operational Facilities across the U.S. and Puerto Rico.
- Product Service Code: DB02 - Computing Support Services.
Key Requirements & Standards
- Security: Stringent requirements include a TOP SECRET facility clearance for the prime, personnel clearances (SECRET/TOP SECRET/MRPT), compliance with NIST SP800-53, HSPD-12, and Cybersecurity Supply Chain Risk Management (C-SCRM).
- Integration: Printers must integrate with existing DOS technology environments (e.g., Travel Document Issuance System - TDIS) per an Interface Control Document (ICD).
- Compliance: Adherence to ICAO Document 9303 standards, Section 508 accessibility, and ITIL v3 best practices.
- Reporting: Regular deliverables include Weekly Activity Reports (WARs), Monthly Contract Status Reports (CSRs), and transition plans.
- Subcontracting Goals: Specific goals for FY2024 are set for Small Businesses (38%), SDB (5%), WOSB (5%), HUBZone (3%), and SDVOSB (3%).
Evaluation Factors
Proposals will be evaluated based on the following order of importance:
- Technical (most important)
- Past Performance
- C-SCRM (Go/No-Go)
- Price Technical and Past Performance combined are significantly more important than Price.
Submission & Contact Information
Proposals are due March 31, 2026, at 1:00 p.m. EST. Primary Contact: Kathleen Mejia (mejiakj@state.gov). Secondary Contact: Vincent Sanchez (SanchezVJ@state.gov, 202-394-5046).