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 (DOS), specifically the 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 single-award indefinite-delivery, indefinite-quantity (IDIQ) contract aims to procure and support specialized printers crucial for enhancing the security, durability, and quality of U.S. passport books at various domestic sites. Proposals are due April 20, 2026, at 1:00 p.m. EST.
Opportunity Overview
This solicitation, 19AQMM24R0113, seeks comprehensive support for NextGen Passport Personalization Printers. The scope includes program management, supply of consumable materials, on-site maintenance, optional installation, integration, training, enhancement software development, relocation services, and transition support. The contract will be structured with Firm Fixed Price (FFP) or Time and Material (T&M) Delivery/Task orders, potentially hybrid.
Key Requirements
- Printers: Provision of both High-Capacity (300+ books/hour) and Low-Capacity (100+ books/hour) NextGen Passport Personalization Printers.
- 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.
- Integration: Must integrate with existing DOS technology environments, including the Travel Document Issuance System (TDIS), based on a specified Interface Control Document (ICD).
- Support: Critical uptime requirements, with a maximum of 4 hours of downtime per printer at an Issuance Site. 24/7 Service Desk responsiveness adhering to ITIL standards.
- Security: Stringent physical and logical security measures, compliance with DOS security policies (FAM, NIST SP800-53), and Cybersecurity Supply Chain Risk Management (C-SCRM) requirements.
Contract Details & Performance
- Contract Type: Single-Award IDIQ (FFP or T&M Delivery/Task Orders).
- Set-Aside: None specified (Full and Open competition). Subcontracting goals for Small Businesses (38%), Small Disadvantaged Businesses (5%), Small Woman-Owned Businesses (5%), HUBZone Small Businesses (3%), and Service-Disabled Veteran-Owned Small Businesses (3%) apply for large 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.
- Duration: Base year plus four option years (implied from pricing tables).
- Maximum Quantities: 15 high-capacity printers and 10 low-capacity printers.
Evaluation Criteria
Proposals will be evaluated based on the following order of importance: Factor 1 (Technical), 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.
Security & Compliance
Contractors require a TOP SECRET facility clearance and personnel must possess SECRET or TOP SECRET clearances or Moderate Risk Public Trust (MRPT) determinations. Compliance with HSPD-12 for PIV cards, National Industrial Security Program Operating Manual (DOD 5220.22-M), and NIST SP 800-218 secure software development practices (for critical software) is mandatory. The DOS will sponsor a TS FCL if an awardee does not have one, but performance will not begin until granted.
Submission Details
- Proposal Due Date: April 20, 2026, at 1:00 p.m. EST.
- Technical Proposal Page Limit: Increased from 60 to 70 pages.
- Contact: Kathleen Mejia (mejiakj@state.gov) or Vincent Sanchez (SanchezVJ@state.gov, 202-394-5046).
Offerors must review all revised documents, including Appendix 1, Appendix 2, Attachment A - Pricing Guide, and the Questions and Answers, as updated by Amendment 0003.