ContractCombined Synopsis/Solicitation

GPO TWIC Pin Mailers

UNITED STATES GOVERNMENT PUBLISHING OFFICE 040ADV-25-R-0038
Response Deadline
Feb 2, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The United States Government Publishing Office (GPO) is seeking proposals for the procurement of TWIC PIN Mailers, which are essential for the high-volume issuance of secure federal smart card credentials, specifically the NexGen TWIC Cards, on behalf of the Transportation Security Agency (TSA). The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm-Fixed-Price (FFP) Delivery Orders, and the award will be made to the lowest-priced technically acceptable offeror. The TWIC PIN Mailers are critical for securely delivering Personal Identification Numbers (PINs) to cardholders, facilitating access to sensitive facilities and systems. Interested parties must submit their proposals by February 2, 2026, with an anticipated award date in mid-February 2026. For further inquiries, contact Lainey Ash at lash@gpo.gov.

Classification Codes

NAICS Code
323111
Commercial Printing (except Screen and Books)
PSC Code
R713
SUPPORT- MANAGEMENT: BANKNOTE PRINTING

Solicitation Documents

6 Files
040ADV-25-R-0038 TWIC Pin Mailers Final RFP 12 22 25.pdf
PDF901 KBJan 28, 2026
AI Summary
The U.S. Government Publishing Office (GPO) has issued RFP No. 040ADV-25-R-0038, seeking proposals for TWIC PIN Mailers. These mailers are essential for the high-volume issuance of secure federal smart card credentials, specifically NexGen TWIC Cards, by GPO's Government Secure and Intelligent Documents (GSID) business unit on behalf of the Transportation Security Agency (TSA). The contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) type with Firm-Fixed-Price (FFP) Delivery Orders, awarded to the lowest-priced technically acceptable offeror. Key dates include a closing date for questions on January 8, 2026, and proposals due by January 20, 2026. The contract has an ordering period from February 1, 2026, to September 30, 2030, with a maximum order quantity of 3,000,000 TWIC PIN Mailers over five years, split between two delivery locations. Offerors must be registered in SAM.gov and adhere to detailed specifications for paper, ink, printing, and packaging, including the ability to run through specific laser printing and inserting equipment. Deliveries will be FOB Destination to Washington D.C. and Stennis Space Center, MS.
1.b Attachment J.1 Price Template - TWIC PIN Mailers.xlsx
Excel12 KBJan 28, 2026
AI Summary
This government file outlines a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for NextGen TWIC Pin Mailers, designated for two locations: DC and Stennis. The contract spans five years, with distinct CLINs for each year and location (e.g., 0001 for Year 1 DC, 1001 for Year 2 DC, etc.). Each CLIN specifies 'EA' as the unit of issue and includes minimum and maximum annual quantities of 100,000 and 600,000 units, respectively. The document structure indicates a pricing framework where the 'Total Amount ($)' is calculated by multiplying the maximum quantity by the higher of two unit prices. This file is likely a component of a federal government Request for Proposal (RFP) or a similar procurement document, detailing the scope and expected quantities for a critical identity verification component over a multi-year period.
1.c Attachment J.2 Past Performance Questionnaire.docx
Word38 KBJan 28, 2026
AI Summary
The Past Performance Questionnaire is a U.S. Government Publishing Office form for evaluating contractor performance on federal contracts. It gathers details like contract number, project name, value, and performance period from the contractor. An evaluating organization then rates the contractor on various aspects including quality, schedule, technical requirements, cost control, subcontracting, and customer satisfaction (routine and unexpected). The questionnaire uses a rating scale from Exceptional to Unsatisfactory, with an option for 'Not Observed.' It also asks for the contractor's strong and weak points, other projects completed, and average award fee percentage if applicable. The information collected is deemed 'SOURCE SELECTION SENSITIVE' and is used to assess a contractor's suitability for future government work, emphasizing transparency and accountability in federal acquisitions.
1.d Attachment J.3 TWIC Proof with Card.pdf
PDF1518 KBJan 28, 2026
AI Summary
This document from the Transportation Security Administration congratulates the recipient on receiving their new Transportation Worker Identification Credential (TWIC®) and provides essential information regarding its use, security features, and support. The 8-digit Personal Identification Number (PIN) and designated fingerprints are provided on a separate care card. Facilities may visually inspect the TWIC®, require a PIN, or use fingerprints for identity verification in accordance with U.S. Coast Guard maritime regulations. Instructions are provided for lost care cards or forgotten PINs, requiring a visit to a UES Enrollment Center for reset. If the TWIC® card is not received within five business days of the PIN, the UES Call Center should be contacted to track the card or order a replacement. The document also provides contact information for general inquiries and a website for additional program information.
040ADV-25-R-0038-C0002 01 28 26.pdf
PDF373 KBJan 28, 2026
AI Summary
Amendment C0002 to solicitation 040ADV-25-R-0038-C0002 addresses vendor questions, removes the System for Award Management (SAM) registration requirement at proposal submission, and modifies Sections H, I, and L. Key changes include eliminating consent to subcontracts and related clauses, as well as parts concerning consent to subcontractors in Section L. Responses to vendor questions clarify technical specifications for TWIC PIN mailers, indicating they are not secure documents and GPO will provide print-ready PDFs. The maximum annual quantity for PIN mailers is 600,000, with anticipated delivery of 100,000 every two months. Subcontracting is not allowed, and the evaluation methodology is Lowest Price Technically Acceptable (LPTA). The proposal submission deadline was extended to February 2, 2026, with an anticipated award date in mid-February 2026.
040ADV-25-R-0038-C0001 01 12 26.pdf
PDF290 KBJan 28, 2026
AI Summary
This amendment, identified as 040ADV-25-R-0038-C0001, extends the solicitation close date for the referenced solicitation 040ADV-25-R-0038. The original close date of January 20, 2026, at 5:00 PM EST, has been updated to February 2, 2026, at 5:00 PM EST. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning one copy, or by acknowledging it on each submitted offer, or via a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge the amendment prior to the revised close date may result in the rejection of the offer. All other terms and conditions of the original solicitation remain unchanged.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 22, 2025
amendedAmendment #1· Description UpdatedJan 12, 2026
amendedLatest Amendment· Description UpdatedJan 28, 2026
deadlineResponse DeadlineFeb 2, 2026
expiryArchive DateFeb 17, 2026

Agency Information

Department
UNITED STATES GOVERNMENT PUBLISHING OFFICE
Sub-Tier
UNITED STATES GOVERNMENT PUBLISHING OFFICE
Office
Acquisition Services

Point of Contact

Name
Lainey Ash

Place of Performance

Washington, District of Columbia, UNITED STATES

Official Sources