TWIC Readers and Software Service Support
ID: 70Z02325RFAC20001Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDHQ CONTRACT OPERATIONS (CG-912)(000WASHINGTON, DC, 20593, USA

NAICS

Other Electronic Component Manufacturing (334419)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the procurement of Transportation Worker Identification Credential (TWIC) Readers and associated software support services under Request for Proposal (RFP) No. 70Z02325RFAC20001. The USCG requires new biometric hand-held readers to verify the validity of TWICs and Seafarer Identification Documents (SIDs), ensuring seamless electronic authentication during facility and vessel examinations. This procurement is critical for maintaining security protocols and operational efficiency, with the contract expected to span a one-year base period and four one-year option periods, potentially extending through November 2030. Interested vendors must submit their proposals by August 22, 2025, and can direct inquiries to Jesse L. Womack at Jesse.L.Womack@uscg.mil or Kevin McDonald at Kevin.McDonald@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, "Questions and Clarifications Form Attachment # 3 70Z02325RFAC20001," appears to be a template or a partially completed form related to a government Request for Proposal (RFP) or a similar procurement process. Its primary purpose is to capture questions and clarifications during the bidding phase, as indicated by the "Questions and Clarifications Form" title and the numbered "Question #" and "Responses" sections. Additionally, the document includes a section for tracking monthly pages imaged, documents processed, and related metrics for the 2024-2025 period, suggesting a potential focus on data entry and document management services. The recurring listing of "Data Entry Operator" as a labor category further supports this, indicating that the RFP likely involves services related to data processing or imaging, with a focus on metrics such as daily average pages imaged and documents processed.
    The United States Coast Guard (USCG) is conducting a Request for Information (RFI) to identify qualified sources capable of fulfilling its requirements for Transportation Worker Identification Credential (TWIC) readers and software support services. This effort aligns with the agency's need for a Firm Fixed Price contract, which includes a 12-month base period and four option periods. The contract will require an Indefinite Delivery/Indefinite Quantity (IDIQ) of hand-held biometric readers, alongside software and hardware support, including troubleshooting and updates per the Transportation Security Administration (TSA) specifications. Interested firms are invited to share their capabilities, including previous contracting experiences and the types of contracts they have handled, while clarifying their socioeconomic status and any existing government-wide acquisition contracts they possess. Responses are due by January 28, 2025. The RFI serves as a market research tool and does not constitute a solicitation or proposal request, with submissions becoming government property. The document emphasizes the importance of adherence to TSA specifications, system interoperability, and maintaining a responsive support structure for the devices used in security applications.
    This Statement of Work (SOW) outlines the U.S. Coast Guard's (USCG) requirement for new biometric handheld readers, software, and maintenance services for Transportation Worker Identification Credential (TWIC) and Seafarer Identification Document (SID) verification. The current readers are obsolete due to changes in the Transportation Security Administration's (TSA) Canceled Card List (CCL) definition and location. The contract, spanning a one-year base period and four one-year options, requires the contractor to provide Indefinite Delivery/Indefinite Quantity (IDIQ) handheld multi-mode biometric readers, product support, and technical assistance. The readers must comply with TSA and USCG specifications, including MIL-STD 810F for ruggedness, and support various TWIC card versions. Key requirements include standalone operation, Wi-Fi connectivity for CCL updates and log exports, and a dedicated, encrypted USCG reader portal for data management. The contractor must also provide training, a three-year warranty, and a 24-hour technical support with a two-hour response time.
    The United States Coast Guard (USCG) has issued Request for Proposal (RFP) No. 70Z02325RFAC20001 for “Transportation Worker Identification Credential (TWIC) Readers and Software Support Services.” This full and open competition seeks proposals for contractor support services and product procurement, intending to award a Firm Fixed Price contract. The solicitation, issued on August 8, 2025, requires proposals by August 22, 2025. The USCG specifically seeks proposals for MozaicID Mobile Credential Reader V3 (MCR V3) products, including spare batteries and docking stations, along with associated software configuration, testing, and deployment, and support services. Alternate products on the TSA self-certified approved list are acceptable but subject to technical review. The contract will have a one-year base period and four one-year option periods, extending potentially through November 2030. Proposals will be evaluated based on technical acceptance, past performance, and price, with technical and past performance being of greater importance than price. Invoicing will be done monthly through the Invoice Processing Platform (IPP).
    This document, published on May 28, 2025, lists TWIC (Transportation Worker Identification Credential) readers that have successfully passed the TSA Self-Certification Process. This process involves manufacturers providing information and claimed capabilities for their readers, followed by the TSA supplying test suites and cards that the readers must successfully complete. There are separate tests for TWIC Legacy and TWIC NEXGEN cards, with Legacy card readers required to be backward compatible with NEXGEN cards. All tests are based on the "TWIC NEXGEN & Legacy - Part 3 - Reader Specification." The list is updated at least annually to ensure listed readers remain available and compliant. The document provides detailed information for several certified readers from vendors such as DTN LLC, Identity One LLC, and MozaicID, including vendor contact details, reader specifications (model, hardware/software versions, supported card types), and authentication modes (Signed CHUID, Active Card Authentication, Biometric verification). It also includes a comprehensive explanation of terms used in the specification, such as different authentication modes, card interface types (Contact, Contactless), reader types (Fixed, Portable, Standalone), and environmental conditions (Harsh, Outdoor).
    The RFQ# 70Z02325RFAC20001 outlines a procurement for TWIC Readers, including Mobile Credential Readers, Spare Batteries, and Docking Stations, with a quantity of 250 units each to be delivered to the contractor site. The request also includes a 36-Month Extended Hardware Platinum Warranty and services for Software Configuration, Testing, & Deployment. Additionally, the RFQ specifies a Support Services Contract, which includes provisions for Travel, Reimbursable Shipping Cost, and G&A Other Direct Costs for services rendered at USCG locations. The pricing structure covers a Base Year and four Option Years, with detailed CLINs for each item and service, although all listed prices are 0.00. This document is a request for quotation, indicating the government's intent to acquire these items and services, with pricing to be provided by potential contractors.
    Lifecycle
    Title
    Type
    Solicitation
    Sources Sought
    Similar Opportunities
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range, 30 days of endurance, and the ability to accommodate 12 Coast Guard personnel. This procurement is crucial for ensuring effective maritime operations and logistics support, with a cumulative ceiling of $99 million over a five-year period, starting from April 1, 2026, to March 31, 2031. Interested vendors can reach out to primary contact Justin Geisendaffer at justin.m.geisendaffer@uscg.mil or secondary contact Sara Andrukonis at sara.k.andrukonis@uscg.mil for further details.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals for a Time Charter Lease to provide transportation and logistics support services. The primary objective of this procurement is to enhance USCG operations by facilitating at-sea replenishment and related logistical support, which includes food, fuel, potable water, and personnel management. This contract is crucial for maintaining operational readiness in the Caribbean Basin and Gulf of America, with a performance period consisting of a 6-month base and a 6-month option. Interested contractors should contact Justin Geisendaffer or Sara Andrukonis for further details, with a total estimated contract value of $3.6 million for both periods combined.
    Recreational Boat Testing Program and Database Service Support
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified sources to provide technical and management services for its Recreational Boat Testing and Compliance Program (RBTCP). The contractor will be responsible for operating and maintaining the Recreational Boating Safety Database (RBSDB), conducting inspections and testing for compliance with federal safety requirements for recreational boats and marine equipment, and managing various outreach initiatives. This program is crucial for ensuring the safety of recreational boating and involves a significant number of inspections and testing activities annually. Interested parties should note that responses to the sources sought notice are due by December 22, 2025, and the anticipated contract will be a Firm Fixed Price agreement with a base period of 12 months and four option periods, starting in June 2026. For further inquiries, potential bidders can contact Jesse L. Womack at Jesse.L.Womack@uscg.mil or William Hillyer at William.k.Hillyer@uscg.mil.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    Trusted Operations, Maintenance, Cybersecurity, Assurance, and Technology (TOMCAT)
    Homeland Security, Department Of
    The Department of Homeland Security's Transportation Security Administration (TSA) is preparing to solicit proposals for the Trusted Operations, Maintenance, Cybersecurity, Assurance, and Technology (TOMCAT) Blanket Purchase Agreement (BPA), aimed at enhancing its IT services. This procurement will involve the development, implementation, and administration of critical IT services, including operations and maintenance functions, to support TSA's mission of securing the nation's transportation systems. Interested vendors must gain access to a Virtual Reading Room (VRR) containing Sensitive Security Information (SSI) by passing a Security Threat Assessment and submitting required documentation, including a Data Protection Plan. The deadline for vendors to submit a list of individuals for SSI access is December 16, 2025, at 8:00 AM EST, and inquiries can be directed to Michele Reeves or Sarah Trudeau via their respective emails.
    IdeaScale - ideation software solution on a cloud computing platform
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure the IdeaScale ideation software solution, which operates on a cloud computing platform, to support the CG-926 Innovation Program. This procurement is justified under FAR 8.405-6(b)(1) as IdeaScale is the only ideation software approved for use by the Department of Homeland Security (DHS) that complies with FedRAMP and other federal security directives. The software's compliance with the Federal Risk and Authorization Management Program (FedRAMP) and the National Institute of Standards and Technology (NIST) security requirements is crucial for its deployment in federal cloud environments. Interested parties can reach out to Katherine K. West at katherine.k.west@uscg.mil or by phone at 202-475-3241 for further details regarding this opportunity.
    Standards Catalogue Service Request for Information
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking contractors to provide a universal catalogue service for mission-critical standards through a Request for Information (RFI) issued by the Science and Technology Directorate (S&T). This service aims to grant DHS and its components, including the U.S. Coast Guard, Customs and Border Protection, Immigration and Customs Enforcement, and FEMA, access to a comprehensive range of international, federal, and industry-specific standards, which are essential for conducting critical mission operations. Interested vendors are required to submit detailed information regarding their catalogue service features, coverage, integration capabilities, and cost estimates by noon ET on January 6, 2025. For further inquiries, potential respondents can contact Dorothy Woolfolk at dorothy.woolfolk@hq.dhs.gov or Jennifer K. Koons at jennifer.koons@hq.dhs.gov.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    Imtra Wipers and parts
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for various Imtra wiper parts essential for the operation of the 45’ Response Boat Medium (RBM). The procurement includes specific items such as controllers, pumps, and nozzles, all manufactured by Imtra Corporation, which is the sole source due to the lack of technical data for equivalent products. This acquisition is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must ensure they are registered with SAM.gov and comply with specific packaging and delivery requirements. Quotations are due by January 30, 2026, and inquiries can be directed to Michael Fitzer at Michael.G.Fitzer@uscg.mil or Cynthia A. Matthews at cynthia.a.matthews@uscg.mil.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is preparing to solicit proposals for the supply of Defense Maritime Solutions (DMS) OEM shaft and rudder seal kits for various class vessels. This procurement is limited to the original equipment manufacturer (OEM) or its authorized distributors, who will need to provide a cover letter, past performance questionnaire, proposed technical concept, and pricing as part of their submission. These seal kits are critical components for ensuring the operational integrity and safety of maritime vessels. Interested parties can reach out to William Zittle at william.r.zittle@uscg.mil or 410-762-6485, or Mark Cap at mark.cap@uscg.mil or 206-815-1521 for further information, although no responses are required at this time.