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 (DOS), Bureau of Consular Affairs (CA), Office of Consular Systems and Technology (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 May 22, 2026, at 1:00 p.m. EST.
Scope of Work
The contractor will provide comprehensive support for NextGen Passport Personalization Printers, including:
- Program Management and Support Services: Resource allocation, cost control, quality assurance, risk management, and communication.
- Printer Provisioning: Supply both High-Capacity (300+ books/hour) and Low-Capacity (100+ books/hour) printers.
- Consumable Materials: Supply all necessary materials for printer operation.
- On-site Support Services: Maintenance and support at various Domestic Passport Sites (29 agencies, centers, NPE sites, and new locations).
- Optional Services: Installation, integration, training, enhancement software development, relocation, and decommissioning of printers.
- Printer Functionality: 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.
Contract Details
- Contract Type: Single-award IDIQ, with Firm Fixed Price (FFP) or Time and Material (T&M) Delivery/Task Orders (potentially hybrid).
- Duration: Implied base year plus four option years (from pricing table).
- Maximum Quantities: Up to 15 high-capacity printers and 10 low-capacity printers.
- Set-Aside: This is an unrestricted opportunity; however, the solicitation includes Department of State subcontracting goals for FY2024: Small Businesses (38%), Small Disadvantaged Businesses (5%), Small Woman-Owned Businesses (5%), HUBZone Small Businesses (3%), and Service-Disabled Veteran-Owned Small Businesses (3%). These goals do not apply to small business prime offerors.
- Place of Performance: All Consular Affairs Domestic Operational Facilities, including 29 domestic Passport Agencies, Passport Centers, non-production environment (NPE) sites, and new site locations across the United States.
Key Requirements & Standards
- Security: Requires a TOP SECRET facility clearance for the prime contractor and personnel clearances (TOP SECRET, SECRET, or Moderate Risk Public Trust). Compliance with DOS security policies (FAM, FAH, NIST SP800-53) and Cybersecurity Supply Chain Risk Management (C-SCRM) is mandatory.
- Performance: Strict uptime requirements (e.g., no more than 4 hours downtime per printer at an Issuance Site), 24/7 Service Desk responsiveness, and adherence to ICAO standards for print quality.
- Integration: Printers must integrate with existing DOS technology environments, including the Travel Document Issuance System (TDIS), based on a specified Interface Control Document (ICD).
- Reporting: Regular deliverables include Weekly Activity Reports (WARs), Monthly Contract Status Reports (CSRs), and transition plans.
Evaluation Factors
Proposals will be evaluated based on the following order of importance: Factor 1 (Technical), 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.
Submission Requirements
- Proposal Due Date: May 22, 2026, at 1:00 p.m. EST.
- Technical Proposal Page Limit: Increased to 70 pages.
- Contact: Primary: Kathleen Mejia (mejiakj@state.gov); Secondary: Vincent Sanchez (SanchezVJ@state.gov, 2023945046).