GPO TWIC Pin Mailers
ID: 040ADV-25-R-0038Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial Printing (except Screen and Books) (323111)

PSC

SUPPORT- MANAGEMENT: BANKNOTE PRINTING (R713)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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, awarded to the lowest-priced technically acceptable offeror, with a maximum order quantity of 3,000,000 mailers over a five-year period. These mailers play a critical role in the secure delivery of Personal Identification Numbers (PINs) necessary for activating TWIC cards, which are used for access to sensitive facilities and systems. Interested parties must submit their proposals by January 20, 2026, and direct any questions to Lainey Ash at lash@gpo.gov.

    Point(s) of Contact
    Lainey Ash
    lash@gpo.gov
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    GPO TWIC Pin Mailers
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    950S GPOExpress
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a contractor to provide and manage the GPOExpress Program, which serves as a comprehensive printing solution for federal agency customers through a network of local printing outlets. The contractor will be responsible for delivering a variety of services, including digital printing, print-on-demand, binding, order fulfillment, and customer satisfaction management, while implementing an exclusive GPOExpress Card for authorized users. This program is crucial for ensuring efficient and accessible printing services for federal agencies, enhancing their operational capabilities. Interested parties can find complete specifications and further details at the GPO's official website, and inquiries can be directed to Joseph Harrington at jharrington@gpo.gov or Mary Newton at mnewton@gpo.gov.
    Business Cards
    United States Government Publishing Office
    The United States Government Publishing Office is seeking qualified vendors to produce business cards through a combined synopsis/solicitation process. The procurement requires the establishment of a secure online web-based ordering system, along with services such as typesetting, proofing, 4-color printing, trimming, packing, and delivery of the finished products. Business cards are essential for official communication and branding within government operations, highlighting the importance of quality and professionalism in their production. Interested parties can reach out to Russell Woodmancy at rwoodmancy@gpo.gov or 614-488-4616 x8, or Chuck Szopo at cszopo@gpo.gov or 202-227-8465 for further details regarding the opportunity.
    EAD, YCER, BEVE, and eRPA Notices
    United States Government Publishing Office
    The United States Government Publishing Office is seeking contractors for the production of mailing packages, which includes English and Bilingual (Spanish/English) personalized notices, business reply mail (BRM) envelopes, courtesy reply mail (CRM) envelopes, and mail-out envelopes. The procurement involves various operations such as data processing, redevelopment of printing platforms, composition, printing, binding, inserting, packing, and distribution. These services are crucial for effective communication and outreach, ensuring that the government can efficiently manage its mailing needs. Interested parties can find complete specifications and further details at the provided link, and inquiries can be directed to Traci Cobb at tcobb@gpo.gov.
    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.
    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.
    MFR G-1 Virtual Postage Software
    Dept Of Defense
    The Department of Defense, specifically the Marine Force Reserves Regional Contracting Office, is soliciting quotes for a Virtual Postage Software application to be utilized across 113 locations in the United States, including Puerto Rico. The contract aims to provide a comprehensive Postal Operations System that can handle over one million pieces of mail annually, ensuring compliance with various regulations and operational requirements, including web-based postage selection, tracking, and certified delivery. This procurement is critical for enhancing postal services within the Marine Forces Reserve, with a total estimated contract value of $40 million over a potential five-year period. Interested vendors must submit their responses by December 30, 2025, at 12:00 PM CST, and can direct inquiries to Jordyn Edwards or Adam Dillard via the provided email addresses.
    IRS Employee Recognition Program Items (A-1)
    United States Government Publishing Office
    The United States Government Publishing Office is seeking vendors to fulfill the IRS Employee Recognition Program Items (A-1), 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 essential for recognizing IRS employees and ensuring the timely delivery of awards and certificates. Interested parties can find complete specifications at the provided link and should direct inquiries to Felicia Buchko at fbuchko@gpo.gov or Chuck Szopo at cszopo@gpo.gov, with the latter also reachable by phone at 202-523-9231.
    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.
    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.
    NATIONAL OPERATIONAL/MAILING SUPPLIES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for operational and mailing supplies through solicitation number 36C77025R0004, aimed at supporting its seven Consolidated Mail Outpatient Pharmacy (CMOP) locations. This procurement involves establishing multiple National Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for essential items such as corrugated boxes, bubble mailers, sealing tape, and child-resistant medical pouches, ensuring compliance with stringent specifications for patient safety and product integrity. The awarded contracts will facilitate timely deliveries of these supplies, which are critical for the efficient processing and shipment of prescriptions to veterans. Interested vendors must submit their proposals, including product samples and pricing schedules in Excel format, by the extended deadline of January 15, 2026, at 5:00 PM CDT. For further inquiries, contact Kelly L Mann at kelly.mann@va.gov or Kelley Cunningham at kelley.cunningham@va.gov.