Envelopes for Federal Smart Card Credentials
ID: 040ADV-25-R-0010Type: Combined Synopsis/Solicitation
Overview

Buyer

UNITED STATES GOVERNMENT PUBLISHING OFFICEUNITED STATES GOVERNMENT PUBLISHING OFFICEAcquisition ServicesWashington, DC, 20401, USA

NAICS

Stationery Product Manufacturing (322230)

PSC

BAGS AND SACKS (8105)
Timeline
    Description

    The United States Government Publishing Office (GPO) is seeking proposals for the procurement of various sized envelopes intended for the secure issuance of federal smart card credentials. The contract will be a Firm-Fixed-Price type, consolidating envelope orders to enhance operational efficiency and ensure the secure delivery of sensitive documents. This procurement is critical for maintaining high security standards in credential issuance, with specific envelope dimensions and features outlined in the solicitation documents. Interested offerors must submit their proposals by March 27, 2025, and are encouraged to direct any questions to Rebecca Nichols at rnichols@gpo.gov or Nataliya Holl at nholl@gpo.gov. Regular checks for amendments on www.sam.gov are advised to ensure compliance with all submission guidelines.

    Point(s) of Contact
    Rebecca Nichols
    rnichols@gpo.gov
    Nataliya Holl
    nholl@gpo.gov
    Files
    Title
    Posted
    This government document outlines an amendment to a solicitation, requiring contractors to acknowledge receipt by specified methods. Offers must be acknowledged prior to the stated deadline to avoid rejection. Amendments allow for changes to submitted offers if communicated correctly before the due date. The document includes administrative details such as amendment/control numbers, effective dates, and a description of changes. The amendment primarily clarifies product specifications for envelope size related to product number 45202.GP, detailing responses to specific questions raised during the solicitation process. The changes enhance the existing requirements by providing additional specifications and updated dimensions, reinforcing the government's commitment to clarity and compliance in its procurement procedures. Overall, this amendment aims to ensure accurate submissions and adherence to project standards, reflecting the procedural rigor typical in federal and local RFP contexts.
    The document outlines an amendment to a solicitation for a government contract. It specifies the process for acknowledging receipt of the amendment, noting that failure to do so may lead to rejection of offers. The amendment includes answers to several questions raised by potential contractors regarding the delivery schedule, order quantities, and pricing for various items. Inside delivery is clarified as not being required, and firms are advised that all prices must reflect comprehensive costs. The document emphasizes the importance of submitting responsive proposals before the specified deadline and outlines essential information related to contract modifications. Ultimately, this amendment serves to provide clarity and address contractor concerns to ensure a smooth solicitation process.
    This document serves as an amendment to a government solicitation, outlining essential procedures and updates relevant to prospective offerors. It emphasizes the requirement for contractors to acknowledge receipt of the amendment by specific methods before the stated deadline, failure of which may lead to offer rejection. The amendment provides clarifications on envelope specifications and revises critical language in the solicitation documents regarding evaluation processes. Key updates include a shift from an initial offer submission without discussions to a framework allowing for exchanges if deemed necessary by the Contracting Officer. Additionally, the language regarding contract awards has been refined to emphasize that the awarding will follow evaluation based on set solicitation factors. Overall, the amendment aims to enhance clarity, assess offers effectively, and ensure compliance with Federal Acquisition Regulation standards, reinforcing the government's commitment to a transparent procurement process.
    This document serves as an amendment to a solicitation regarding the submission of proposals and delivery of envelope samples. It specifies that offers must be acknowledged before the designated date and time through various methods, with failure to do so potentially resulting in rejection. Key changes include an extension for the delivery date of envelope samples to April 4, 2025, by 05:00 pm EST, while the closing date for proposal submissions remains March 27, 2025, at the same time. The amendment outlines the protocol for submitting changes to already submitted offers and clarifies that contractors are not required to sign and return copies of the amendment. As such, it highlights essential administrative updates, ensuring compliance with procurement processes within government contracts. Overall, the document captures critical instructions for potential contractors participating in an open solicitation process, emphasizing the importance of timely communication and adherence to updated guidelines.
    The U.S. Government Publishing Office (GPO) issued RFP No. 040ADV-25-R-0010, seeking proposals for the procurement of various sized envelopes essential for secure federal smart card credential issuance. The solicitation was released on March 6, 2025, with deadlines for questions by March 13, and proposal submissions by March 27. GPO envisions a Firm-Fixed-Price contract to consolidate all envelope orders, enhancing operational effectiveness and ensuring secure delivery of sensitive documents. The product specifications include quality control requirements such as consistent glue application and windows of the right dimensions, as detailed in the RFP. The contract outlines a base period from May 1, 2025, to September 30, 2025, with options for additional periods extending to September 30, 2029. Successful proposals will be evaluated primarily on price, but must also meet non-price acceptability standards. Offerors are reminded to check for potential amendments on the official government website regularly, and compliance with all submission guidelines is mandatory to avoid disqualification. The RFP underscores GPO's commitment to maintaining high security standards in credential issuance while effectively managing procurement processes.
    The document outlines a federal Request for Proposals (RFP) for the procurement of envelopes with specific dimensions and security features, intended for a multi-year contract. The contract spans from May 1, 2025, to September 30, 2029, broken down into multiple option years (OY 1 to OY 4). The envelopes include a variety of types, such as those with black security tint and double windows, all requiring precise measurements and gummed flaps. Each unit of envelopes is to be packed for delivery in quantities of 500 per box while ensuring they are delivered with the flaps closed. Quantity and pricing for different models are indicated, leading to a significant total projected cost figure over the span of the contract. This procurement emphasizes standardization in supplies for government operations, ensuring security and reliability in document handling as part of federal activities.
    This document outlines specifications for tooling related to the construction of envelopes, particularly focusing on an envelope measuring 3 7/8" x 8 7/8". It details key features, including an open side design, a seal flap size of 1 1/2", and a throat cut-off measurement of 0.5921". Additionally, it includes specifications on commercial standards for the envelope's construction. The document serves as a technical reference for manufacturers or suppliers responding to a Request for Proposal (RFP) or grant, ensuring compliance with requisite envelope production criteria. These specifications are essential for maintaining quality control and consistency in manufacturing processes, thereby aligning with government procurement and operational standards.
    The document pertains to the specifications for a flexo secure tint liner envelope required by the U.S. Government Publishing Office (GPO). It details the dimensions of the liner, specifically a size of 1-1/2 inches by 6-1/2 inches. Key specifications include a black tint, with additional dimension parameters indicating the vertical and horizontal placements (Left: 7/8 inches, Bottom: 5/8 inches) needed for proper window placement. The document includes additional references to other envelope sizes, such as 4-1/8 inches by 9-1/2 inches, and features specific printing requirements (24# WW, 1/1 Black/Black tint). This document is relevant in the context of federal Requests for Proposals (RFPs) and grants, ensuring that suppliers comply with precise government standards for envelope specifications in official documents. Overall, it underlines the importance of detailed specifications in government procurement processes to maintain consistency and quality.
    The document outlines specific envelope specifications as part of a government Request for Proposal (RFP) process. It details the dimensions required for packaging, including three distinct sizes: 1-2/5 inches, 2-5/8 inches, and a 1 x 4-1/4 inches format. These specifications serve as crucial guidelines for vendors and contractors who are responding to government grants or proposals, ensuring uniformity and compliance with submission standards. Adhering to these specifications is essential for valid proposal submission and aids in the efficient evaluation of responses during the procurement process. The clear and structured format of these requirements underlines the importance of precision in government contracting and grants management.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    D951-M On-site Services (R-1) (A-1)
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for on-site services through a Multiple Award Task Order Contract (MATOC) under the D951-M (R-1) Umbrella Contract. This solicitation aims to qualify contractors capable of providing a range of services, including copying, printing, scanning, and mailing solutions, at various Federal Government facilities both within the contiguous United States (CONUS) and outside (OCONUS). The awarded contractors will compete for individual task orders, with the Government reserving the right to limit competition when deemed necessary. Interested contractors should designate a single point of contact for task order requests and can find complete specifications and additional details at the GPO's vendor website. For inquiries, contact Lauren Helming at lhelming@gpo.gov or APS/ACS at apsacs@gpo.gov.
    The Real Fort McCoy Newspaper (A-1)
    United States Government Publishing Office
    The United States Government Publishing Office is seeking qualified vendors for the production of "The Real Fort McCoy Newspaper," which involves comprehensive operations including electronic prepress, printing, finishing, packing, and distribution. The contract requires the printing of 2,500 to 5,000 copies per order, averaging 2,800 copies, with a potential one-time annual print run of up to 15,000 copies, featuring 12 to 24 pages in a trim size of 17 x 21 inches. This procurement is crucial for disseminating information and updates relevant to Fort McCoy, ensuring effective communication within the community. Interested parties can reach out to primary contact James Hunt at jhunt@gpo.gov or by phone at 214-767-0451 X5, or secondary contact Jermaine Berryman at jberryman@gpo.gov or 214-767-0451 X2 for further details.
    Army Press Journals
    United States Government Publishing Office
    The United States Government Publishing Office is seeking contractors for the production of Army Press Journals, specifically perfect bound pamphlets that require various operations including electronic prepress, 4-color printing, binding, addressing, packing, and distribution. This procurement is essential for the dissemination of official Army publications, ensuring that materials are produced to high standards for effective communication and record-keeping. Interested vendors can find complete specifications and additional details at the provided link, and are encouraged to reach out to primary contact Felicia Buchko at fbuchko@gpo.gov or secondary contact Chuck Szopo at cszopo@gpo.gov for further inquiries. The solicitation is categorized under NAICS code 323117 and PSC code T011, with no specified funding amount or deadline mentioned in the overview.
    RFQ - BPA for Business Card and Printed items
    State, Department Of
    The U.S. Department of State, through the American Embassy in Geneva, is seeking quotations for a Blanket Purchase Agreement (BPA) for business cards and printed items. Vendors are required to meet specific printing requirements, including size, logo options, paper color, and quantities, while also being capable of producing other standard printed items. This procurement is significant as it supports the embassy's operational needs, with an estimated total value of $50,000 over a five-year period, and individual purchases capped at $10,000. Quotations must be submitted electronically by January 2nd, 2026, at 5 PM local time, and interested parties should contact Gavin Elliott at elliottgt@state.gov or Renaud Poncet at poncetrh@state.gov for further information.
    Centralized Waste Processing System
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for the design, delivery, and installation of a centralized waste processing system at its Secure Production Facility (SPF) located within NASA's Stennis Space Center in Mississippi. The objective is to replace four existing independent waste management systems with a fully automated solution that integrates seamlessly with current production equipment, ensuring the secure handling of waste materials generated during the production of sensitive identification documents. This procurement is critical for enhancing operational efficiency and compliance with stringent security protocols, as any mixing of finished goods with waste could halt production. Interested contractors must submit their proposals by January 12, 2026, following a mandatory site visit on December 2, 2025, and should direct inquiries to Rebecca Nichols at rnichols@gpo.gov. The contract is anticipated to be a Firm-Fixed-Price type, with evaluations based on the best value tradeoff process.
    NSN 9310-01-083-5212 Paper, cover
    General Services Administration
    The General Services Administration (GSA) is seeking quotes for the procurement of NSN 9310-01-083-5212, which pertains to cover paper, with a total quantity of 500 boxes. The solicitation outlines specific requirements for the paper, including a basis weight of 50.00 lbs, long grain direction, and compliance with environmental standards, mandating a minimum of 30% recovered fiber content. This procurement is a total small business set-aside, emphasizing the importance of sustainable materials in government contracts. Interested vendors must submit their completed RFQ documents by November 19, 2025, at 4:00 PM, and can direct inquiries to Nancy Seale at nancy.seale@gsa.gov.
    MMAR 6.302-2 Public Exigency Congressional Mandate
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a contractor, CoreSphere, to provide essential development, sustainment, and operations and maintenance services in response to a recent congressional mandate. This urgent requirement is driven by a public exigency as outlined in MMAR 6.302-2, necessitating immediate action to meet critical deadlines. The contract period is set from May 1, 2023, to April 30, 2024, with plans for a competitive follow-on requirement in the future. Interested parties can reach out to Dyeshia Sampson at dsampson@gpo.gov or call 202-320-0089 for further details.
    MOVE! Veteran Workbook IB 10-1234 December 2024
    United States Government Publishing Office
    The United States Government Publishing Office is seeking bids for the proofing, printing, binding, and delivery of the "MOVE! Veteran Workbook IB 10-1234 December 2024." This procurement involves a fixed-price indefinite quantity contract with a total funding amount of $308,600, requiring bidders to submit their maximum quantity bids inclusive of all costs. The workbook will consist of 244 pages plus a separate two-piece cover, printed in four-color process with specific quality and finishing requirements, highlighting its importance in providing essential resources for veterans. Interested parties can obtain complete specifications and bidding instructions at the provided link and should direct inquiries to Thomas Bacon at tbacon@gpo.gov or by phone at 214-767-0451.
    IRS Employee Recognition Program Items
    United States Government Publishing Office
    The United States Government Publishing Office is seeking vendors to fulfill the IRS Employee Recognition Program Items, which includes the printing of certificates, framing, and distribution services. The procurement requires comprehensive product fulfillment capabilities, including variable information composition, overprinting, warehousing, packaging, and shipping. These services are crucial for recognizing and rewarding IRS employees, thereby enhancing morale and motivation within the agency. Interested parties can find complete specifications and further details at the provided link, and may contact Felicia Buchko at fbuchko@gpo.gov or Chuck Szopo at cszopo@gpo.gov for additional inquiries.
    Government Publishing Office FY26 Equipment Inspection
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a NETA-certified vendor to provide inspection, testing, and repair services for electrical equipment at its Washington, DC campus, encompassing a total area of 1.5 million square feet. The procurement involves a Firm Fixed Price (FFP) contract for the inspection and maintenance of 96 low voltage and 52 medium voltage circuit breakers, as well as 26 protective relays, with the aim of ensuring reliable power control and mitigating risks associated with electrical failures. Interested vendors must submit their quotes electronically by December 15, 2025, at 5:00 pm EST, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) methodology, requiring an 'Acceptable' rating for the technical approach and 'Satisfactory' for past performance. For further inquiries, potential offerors can contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov.