Travel Document Production Services (TDPS)
ID: 70SBUR24Q00000293Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CITIZENSHIP AND IMMIGRATION SERVICESUS CITIZENSHIP IMMIGRATION SVCSWASHINGTON, DC, 20528, USA

NAICS

Other Computer Related Services (541519)

PSC

MISCELLANEOUS OFFICE MACHINES (7490)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking quotes for Travel Document Production Services (TDPS) to enhance its travel document personalization capabilities. The procurement involves supplying personalization equipment, maintenance, and consumables necessary for producing secure travel document booklets, including the I-327 and I-571 forms, with a focus on compliance with international standards and operational efficiency. This contract will span five years, starting from September 25, 2024, and includes a base period and four option years, with proposals evaluated based on the lowest price technically acceptable criteria. Interested vendors must submit their quotes by September 19, 2024, and can direct inquiries to Inna Aydinyan or Rachel Turner via their respective emails.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a combined synopsis and solicitation for the Travel Document Personalization System III (TDPS III) by the United States Citizenship and Immigration Services (USCIS). The procurement seeks quotes from vendors to supply personalization equipment, maintenance, and consumables necessary for printing travel document booklets, specifically the I-327 and I-571 forms. The awarded contract will span five years, beginning September 25, 2024, with an emphasis on enhancing security, durability, and efficiency in travel document production. Key requirements include supplying personalization printers and laminators, integration with existing IT systems, and on-site training for USCIS personnel. Vendors must ensure compliance with international standards for machine-readable travel documents and provide ongoing maintenance to maintain 95% operational uptime of equipment. The scope details several deliverables, such as equipment installation, routine and emergency maintenance, training, and documentation of processes. Moreover, the document outlines compliance mandates with DHS and Section 508 requirements for accessibility, ensuring inclusivity in technology procurement. This solicitation illustrates the USCIS commitment to modernizing its travel document production capabilities while maintaining stringent security measures and operational standards.
    The document outlines a Request for Proposal (RFP) for the Travel Document Personalization System III (TDPS III) by the U.S. Citizenship and Immigration Services (USCIS). The primary objective is to procure new personalization equipment, maintenance services, and consumables to enhance the quality and security of travel documents, specifically the Travel Re-entry Permit (I-327) and Refugee Travel Document (I-571). The project spans a base period of 12 months, with options for four additional years, focusing on two production facilities in Corbin, KY, and Lee’s Summit, MO. Key tasks include providing personalization printers, laminators, technical support, and training for USCIS personnel. The contractor must ensure equipment compatibility with existing systems and maintain a 95% operational efficiency throughout the contract period. The document emphasizes rigorous maintenance requirements, including monthly service calls and rapid response to equipment failures within 48-72 hours. Compliance with federal guidelines, including Section 508 accessibility standards, is mandated throughout the procurement process. The RFP concludes with several technical and performance requirements to ensure that the proposed solutions meet USCIS’s operational needs while safeguarding sensitive information. Overall, this procurement effort is critical to ensure the efficient issuance of secure travel documents.
    The document outlines vendor questions and clarifications related to Request for Quote (RFQ) 70SBUR24Q00000293 for services currently provided under an incumbent contract (USCIS 70SBUR19C00000006). Key points include clarification of the correct period of performance, confirmed as 9/25/2024 to 9/24/2025, in contrast to an erroneous date listed in the pricing spreadsheet. Additionally, the document addresses concerns about pricing tables for replacement parts and equipment, indicating that maintenance will be under specific contract line items while removing previously confusing language. It emphasizes the need for vendors to provide documentation that demonstrates their capability to meet RFQ specifications, indicating that proposals will be evaluated based on the lowest priced technically acceptable criteria. Overall, the clarifications enhance understanding for prospective vendors on the expectations and operational details of the RFQ process.
    The document pertains to a Request for Proposal (RFP) issued by USCIS under the ID 70SBUR24Q00000293, which addresses vendor questions and clarifications concerning an ongoing contract for services, previously covered by USCIS contract 70SBUR19C00000006. Key points include confirmation of the incumbent status of the current services contract and clarification of the correct period of performance for the new contract, set from September 25, 2024, to September 24, 2025. Additionally, the document notes that the pricing sheet will not be modified to itemize individual machine replacement costs; instead, these costs are to be embedded within the maintenance pricing line items. Overall, the RFP highlights the importance of clear communication in contract management processes and the necessity for precise pricing structures as part of federal procurement procedures.
    The document outlines the pricing structure for the TDPS III project under the Request for Proposals (RFP) 70SBUR24Q00000293, covering a base period and several option years. The pricing includes various Contract Line Item Numbers (CLINs) for equipment, maintenance (including travel), and consumables over multiple periods, starting from September 30, 2024, through September 29, 2029. Each CLIN is presented with a firm-fixed-price model, and the quantities are specified on a monthly basis over the respective contract months. Throughout the document, the total cost for all listed items remains $0.00, indicating a need for further detailed financial input. The structure is organized into four option periods, each mirroring the base period's categories but with maintenance and consumables reiterated in subsequent years. The main purpose of this document is to establish clear pricing expectations and contractual commitments for the maintenance and consumables supply to ensure adherence to government procurement standards. Each detail is focused on maintaining transparency and consistency over the contract duration, facilitating proper budget allocation and management in future fiscal planning.
    The document outlines the pricing structure for the TDPS III contract, specifying various pricing components for equipment, maintenance, and consumables over a multi-year period. It features a base period from September 25, 2024, to September 24, 2025, and includes four subsequent option periods extending until September 24, 2029. Each component is categorized under Contract Line Item Numbers (CLINs), detailing the type (Firm-Fixed-Price) and quantity (monthly or one-time) for items such as maintenance (including travel) and consumables. Notably, all unit prices are documented as $0.00, indicating that costs may be negotiated or are yet to be determined. The contractual framework represents a standard approach in federal government requests for proposals (RFPs), focusing on transparent pricing models and long-term engagement. The file emphasizes obligations related to maintenance and consumables throughout the contract's duration, aligning with federal procurement standards and promoting ongoing service viability.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Next Generation (NextGen) Passport Personalization Printers Support
    Active
    State, Department Of
    The Department of State is seeking proposals for support services related to the Next Generation Passport Personalization Printers, aimed at enhancing the security and efficiency of U.S. passport issuance. The procurement involves the management, installation, training, and ongoing support for advanced printers that comply with international standards, replacing outdated technology at domestic passport sites. This initiative is crucial for modernizing passport personalization processes, ensuring high-quality service delivery during peak demand periods. Interested contractors must submit their proposals by September 12, 2024, at 3:00 PM EST, and can direct inquiries to Kathleen Mejia at mejiakj@state.gov or (202) 812-8019.
    Photography Products and Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking qualified small businesses to provide photography products and services for a contract period from October 1, 2024, to September 30, 2029. The procurement includes the delivery of various photographic services such as class photos, graduation photos, and administrative photos, with specific requirements for high-resolution digital files and printed formats, all to be delivered within five working days post-shoot. This contract is crucial for supporting the operational needs of law enforcement training while ensuring confidentiality and compliance with federal regulations. Interested vendors must submit their offers by September 20, 2024, and direct any inquiries to Maritza Jennings at maritza.l.jennings@fletc.dhs.gov by September 18, 2024.
    BIOMETRIC IDENTITY RESEARCH AND DEVELOPMENT (BIRD)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is issuing a Request for Information (RFI) for its Biometric Identity Research and Development (BIRD) program, aimed at enhancing biometric and identity management capabilities through insights from academia, industry, and technical experts. The RFI seeks detailed information on vendors' experiences and capabilities in areas such as next-generation biometric research, prototype development, and technical support for standards, particularly in relation to the transition from the current Automated Biometric Identification System (IDENT) to the advanced Homeland Advanced Recognition Technology (HART) system. This initiative is crucial for improving national security by effectively identifying individuals at various points of entry into the U.S., with the deadline for submissions set for October 18, 2024. Interested vendors should direct their responses to Amy Driver at Amy.Driver@hq.dhs.gov and Sasha May at Sasha.May@hq.dhs.gov, ensuring compliance with the specified submission guidelines.
    Emergency Response Trailers and Supplies (Amended)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through Customs and Border Protection (CBP), is seeking quotations for the procurement of five Emergency Response Trailers, with a focus on enhancing emergency response capabilities. The procurement is set aside exclusively for small businesses under NAICS code 333924, and bidders are required to comply with the Statement of Work (SOW) while submitting their quotes, a Price Proposal, and a Technical Capability Statement by September 18, 2024. The trailers will be utilized for various operational needs across multiple locations, emphasizing the importance of readiness in emergency situations. Interested vendors should note that the quote due date has been extended to September 23, 2024, and all inquiries must be directed to Colin A. Colgan at colin.a.colgan@cbp.dhs.gov.
    OPEX Falcon Scanner Maintenance and Software Licenses
    Active
    Homeland Security, Department Of
    Solicitation notice from the Department of Homeland Security, specifically the US Citizenship and Immigration Services, is seeking maintenance and software licenses for OPEX Falcon Scanners. These scanners are used for office supplies and devices and are essential for the operations of the Texas Service Center, Nebraska Service Center, and California Service Center. Interested parties should submit quotes via email to the primary contact provided.
    LE-FAMS Tactical Gear/Equipment (Brand Name)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking quotes from qualified 8(a) Program Participants for the procurement of tactical gear and equipment for the Law Enforcement Federal Air Marshal Services (LE-FAMS). This procurement aims to acquire specialized brand-name items, including ballistic armor plates and communication devices, essential for enhancing operational efficiency and safety in transportation security operations. The contract will be awarded based on a Lowest Price Technically Acceptable evaluation process, with firm fixed-price quotes due by 12:00 PM EST on September 23, 2024. Interested vendors must ensure they are registered in the System for Award Management (SAM) and can direct inquiries to Contracting Officer Chantay Lynch at Chantay.Lynch@tsa.dhs.gov or by phone at 609-813-3040.
    7E--20144918 IT Market Place Order #31
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified small businesses to provide IT commodities, solutions, and value-added reseller services through a combined synopsis/solicitation titled "7E--20144918 IT Market Place Order 31." This procurement is part of the DHS FirstSource II program, and bidders must comply with the terms of their respective IDIQ contracts while ensuring their status to conduct business with the Federal Government is active. The items required are brand name or equal, and the solicitation will be conducted via an online competitive reverse auction on Unison Marketplace, with bids due by September 20, 2024, at 11:00 AM Eastern Time. Interested sellers can reach out to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com for assistance.
    Transportation Security Administration’s Open Architecture Initiatives
    Active
    Homeland Security, Department Of
    The Transportation Security Administration (TSA) is seeking industry participation in its Open Architecture (OA) initiatives, aimed at enhancing the efficiency and interoperability of transportation security systems. This opportunity invites vendors to provide feedback on next-generation OA solutions, including the Digital Imaging and Communications in Security (DICOS) standard and the Open Platform Software Library (OPSL), to inform TSA's implementation strategy and future requirements. The TSA's OA approach is critical for modernizing security screening processes, ensuring agility in response to evolving threats, and improving the overall passenger experience. Interested parties should submit their comments using the provided forms by September 30, 2024, and respond to the Request for Information (RFI) by June 3, 2024, with inquiries directed to Siobhan Mullen at siobhan.mullen@tsa.dhs.gov or Siobhan Lawson at Siobhan.Lawson@tsa.dhs.gov.
    A--DHS S&T Secure Shipping Follow-on Presolicitation
    Active
    Interior, Department Of The
    The Department of the Interior, through its Interior Business Center, is issuing a presolicitation notice for a sole source contract to Global Secure Shipping Inc. for the Department of Homeland Security's Secure Shipping Project. This initiative aims to enhance supply chain security by developing and field testing secure shipping containers, specifically 39 new six-sided containers alongside 15 previously tested ones, to meet industry standards and combat transnational criminal activities. The follow-on contract, justified under federal regulations due to the specialized nature of the equipment, is expected to last for 36 months, with interested vendors invited to submit their qualifications by October 4, 2024. For further inquiries, vendors can contact Serena Davidson at serenadavidson@ibc.doi.gov or call 703-914-3723.
    2024 Department of Homeland Security (DHS) Directorate of Science and Technology (S&T) Long Range Broad Agency Announcement (LRBAA) 24-01
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), Science and Technology Directorate, has issued a five-year Long Range Broad Agency Announcement (LRBAA) under the title '24-01' to fund scientific and technical projects that enhance homeland security capabilities. The focus is on innovative solutions for near-term operational needs, foundational research, and future threats to national security and resilience, with an emphasis on food security and veterinary defense. Businesses and innovators can engage by attending an industry event and submitting proposals online. The DHS aims to improve its operational environment by selecting and funding promising scientific projects, offering a streamlined submission and evaluation process. Contact John Whipple or Jason Rios for more information.