19AQMM24R0113
Next Generation (NextGen) Passport Personalization Printers Support
STATE, DEPARTMENT OF > STATE, DEPARTMENT OF > ACQUISITIONS - AQM MOMENTUM
Quick analysis
State/CA/CST seeks a single-award IDIQ to supply, install/integrate, and sustain customized NextGen Passport Personalization Printers across all domestic passport facilities, including consumables, software (steganography/image enhancement), and on-site support.
The PWS requires delivery of high- and low-capacity test printers within 45 days of award, full integration with DOS CA/CST systems per an ICD, ICAO 9303 compliance, and nationwide site installations with minimal disruption.
Trace’s core strengths (SATCOM/LEO, CDS/NSA TI, JADC2/C5ISR, edge compute, MPE, OCONUS FSR) do not match this highly specialized secure-passport printing domain; no relevant past performance with DOS/CA/CST or passport personalization is in the company profile.
Access is full and open (NAICS 541519), but success would require teaming with an OEM of NextGen passport printers and specialized software providers; absent such partners, technical and compliance risks are high.
Scope summary
- Provide and support NextGen Passport Personalization Printers across all Domestic Passport Sites, Passport Centers, NPE sites, and new locations (Appendix I/PWS).
- Supply, install, integrate, and sustain high- and low-capacity printers; provide consumables, parts, warranties, and enhancement software (Appendix I/PWS).
- Deliver high- and low-capacity printers for integration testing within 45 days of award (Appendix 2).
- Integrate with DOS CA/CST systems per an Interface Control Document; achieve OpenNet authorization via CA/CST IV&V (Appendix 2).
- Submit initial Installation & Integration Plan within 7 days of award and site-specific updates; schedule work to minimize production impact, including after-hours as needed (Appendix 2).
- Ensure power/environment readiness; provide a UPS per printer; furnish required cabling/terminators (Appendix 2).
- Comply with ICAO Doc 9303 for e-passport chip personalization; support laser engraving and inline automated quality inspection; steganography/image enhancement software (Appendix 2).
- Propose pricing for all CLINs using Attachment A (Pricing Table) to be eligible (Appendix I).
- Admin and invoicing controls: ODCs and travel are cost-reimbursable and require prior COR approval with receipts; travel per FAR 31.205-46; local travel defined ≤50 miles (Appendix I).
- Security/badge and personnel clauses; technical direction by COR within scope; personnel removal/replace rules (Appendix I).
- Single-award IDIQ; orders may be FFP, T&M, or hybrid (Appendix I/SF33).
Dimension scores
The requirement centers on supplying, integrating, and sustaining customized passport personalization printers with ICAO 9303 compliance, laser engraving, and steganography/image enhancement software (Appendix 2 PWS). Trace’s core capabilities (SATCOM/LEO, CDS/NSA TI, JADC2/C5ISR, edge compute, MPE) do not include secure-passport printing or OEM printer supply; any fit would be general integration/project management, not core specialization.
Company profile lists DISA, USAF/USSF, MDA, Army programs and O&M/cyber/edge work, but no Department of State or passport personalization/secure printing past performance. This is a new customer and mission area for Trace.
The RFP is full and open under NAICS 541519; not restricted to a vehicle Trace lacks. No direct Trace prime vehicle applies here. Access is feasible but offers no inherent vehicle advantage.
The work likely favors an OEM/specialist in passport personalization printers and proprietary security software. No indication of NSA TI or Starshield advantages applying; no incumbency or DOS relationship cited. Differentiators in the company profile do not translate to this niche.
High execution risk without an OEM partner: PWS requires delivery of test printers within 45 days, ICAO 9303 compliance, proprietary steganography/image enhancement, and nationwide installations with minimal disruption (Appendix 2). SCRM and administrative controls (COR approvals for ODCs/travel) add burden. Absent clear capability/partners, technical and schedule risks are significant.
Pursuit would open DOS/CA/CST but in a highly specialized niche misaligned with Trace’s strategic lanes. Limited printer quantities (up to 15 HC and 10 LC) suggest constrained revenue. Not a targeted Tier 1 agency per company profile.
No set-aside barriers and CONUS performance are favorable, but compliance with key technical requirements (custom NextGen printers, ICAO 9303, steganography software, 45-day test units) would require substantial teaming with an OEM and specialized vendors. DOS SCRM/IV&V/OpenNet processes also apply. Current evidence shows material gaps.
Concerns
- Dependence on an OEM capable of producing DOS-customized NextGen passport printers and proprietary security software (steganography/image enhancement).
- Aggressive early milestones: provide test printers within 45 days and initial integration plan within 7 days of award.
- Integration complexity with CA/CST systems, ICD compliance, IV&V, and OpenNet authorization.
- Nationwide installation and sustainment at active production sites with minimal disruption; potential after-hours work at multiple locations.
- Supply chain risk management and DOSAR/FAR compliance obligations (e.g., 652.239-800) with audit-ready documentation for ODCs and travel.
- Administrative burden for COR approvals and evidence-backed invoicing; hybrid FFP/T&M ordering may require mature cost control.
- Quantity/cap ceiling may limit economies of scale and increase unit costs if not aligned with OEM pricing.
Teaming opportunities
- OEM manufacturer of NextGen passport personalization printers meeting DOS custom requirements (high- and low-capacity).
- Specialized software provider(s) for steganography, image enhancement/personalized masking, and ICAO 9303 e-passport chip personalization.
- Integrator with proven CA/CST passport system experience and ICD/OpenNet/IV&V familiarity.
- Nationwide installation and field service technicians experienced with secure passport production environments.
- Warehousing/logistics partner for shipping, storage, and site relocation support; end-of-life decommission/disposal services.
Competitive position
- Leverage strong program management and nationwide field services to minimize downtime during installations and sustainment.
- Apply systems engineering/integration rigor and IV&V readiness processes to accelerate OpenNet authorization and reduce rework.
- Implement tight SCRM and compliance controls with clear COR-approved ODC/travel workflows and auditable documentation.
- Offer responsive help desk/managed services to support printer uptime SLAs and rapid incident response across sites.
Bid/No bid factors
- Specialized, likely proprietary printer hardware/software domain with few qualified OEMs; Trace is not an OEM per company profile.
- Requirement to deliver integration test printers within 45 days may be infeasible without pre-existing OEM agreements.
- Must price all CLINs including printer purchases; inability to supply OEM hardware would be non-compliant.
- Unreviewed portions of Sections L/M and full PWS details due to file-size limits reduce visibility into evaluation factors and PoP.
- Multiple amendments and shifting due dates indicate procurement volatility; planning burden is elevated.
Documents
Download all
19AQMM24R0113 - Appendix I Amendment 0003 Changes Accepted.docx
Download
Partially reviewed: Too large
Partial review (selected sections 1 and 10) of the Appendix I solicitation for NextGen Passport Personalization Printers Support shows a single-award IDIQ to provide and support NextGen passport printers at all domestic passport sites and related services; selected text covers scope/pricing (Section B) and contractor administrative/technical clauses (Section H). Review was limited due to file size and only the provided sections were analyzed.
- Scope: Provide and support CA/CST NextGen Passport Personalization Printers at all Domestic Passport Sites, 29 domestic passport Agencies, Passport Centers, non-production environment (NPE) sites, and new site locations.
- Services: Program management, transition support, consumables, warranty, site support, labs, enhancement software, relocations (low-capacity), travel; optional services include printer purchase, consulting, shipping/storage, installation/integration/training, warehouse/ security augmentation, relocations (high-capacity), decommission/disposal per SOW.
- Contract type: Single-award indefinite-delivery/indefinite-quantity (IDIQ); Government will issue FFP or T&M task/delivery orders; hybrid orders allowed.
- Quantity cap: Maximum during period of performance = up to 15 high-capacity printers (with related costs) AND 10 low-capacity printers (with related costs).
- Pricing requirement: Offerors must propose pricing for all CLINs using Attachment A (Pricing Table) to be considered for award.
- ODCs: Other direct costs billed cost-reimbursable; require prior written COR approval and invoice support (receipts and COR email).
- Travel: Travel reimbursed cost-reimbursable per FAR 31.2; COR must authorize travel; hazardous duty premium pay possible per State regs; local travel definition (within 50 miles) and mileage/tolls/car rental rules specified.
- Performance location: Domestic passport sites (implied CONUS execution); hazardous duty area clauses indicate potential overseas/hazardous travel in limited cases.
- Administrative/contract clauses: Contractor cooperation with other contractors/Government personnel, ID badge issuance/return, training policy (DoS provides State-specific training limited), technical direction limits, and personnel removal/replace rules.
- Security/clearance hints: ID badge and restrictions on disclosure referencing Privacy Act and visa/immigration records (implies sensitivity of data and strong security controls required).
- Proposal/invoice controls: COR approval required for ODCs and travel; invoices must include attachments and receipts — administrative burden on contractor.
19AQMM24R0113 - Appendix I Amendment 0003 Tracked Changes_v2.docx
Download
Partially reviewed: Too large
Partial review (sections 1 and 10 of 19) due to file size. The document defines a single-award IDIQ for NextGen Passport Personalization Printers supporting all domestic passport sites (29 domestic agencies, passport centers, NPEs, and new sites) and outlines scope (hardware, sustainment, program management, transition, consumables, software enhancements, relocation, travel) and ordering/pricing rules. Administrative and performance clauses cover contract type and ordering (FFP/T&M/hybrid), ODC and travel reimbursement rules, security/badge requirements, technical direction limits, and removal/replacement of personnel.
- Scope: Support CA/CST NextGen Passport Personalization Printers at all Domestic Passport Sites, 29 domestic passport Agencies, Passport Centers, NPE sites, and new site locations.
- Contract vehicle: Single-award IDIQ (FAR 16.504) with Government-issued delivery/task orders; orders may be FFP, T&M, or hybrid.
- Maximum quantities: Contract ceiling limits any combination not exceeding 15 high-capacity printers and 10 low-capacity printers (each including shipping, installation, warranties, consumables, and transition costs).
- Services required: program management, transition support, on-site support, lab/support site locations, consumables, warranty, enhancement software, relocation (low- and high-capacity), travel; optional: purchase of printers, consulting, shipping (with/without storage), installation, integration, training, warehouse/security augmentation, decommission/disposal.
- Pricing/invoicing: Offerors must propose pricing for all CLINs using Attachment A; ODCs are cost-reimbursable and require prior written COR approval with invoices including COR email approval and receipts.
- Travel reimbursement: Governed by FAR 31.205-46; travel must be authorized by COR; includes hazardous duty premium rules, local travel (<=50 miles) definition, mileage and rental rules, reimbursement limitations tied to FLSA status.
- Security and personnel: Government-issued ID badges required and must be returned; loss reported; unauthorized release of protected information is a removal cause; DOS may remove personnel for misconduct and requires contractor to replace at no additional cost.
- Technical direction: COR issues technical instructions within scope; technical instructions cannot change price, level of effort, or terms; contractor must notify CO within 10 working days if instruction is outside scope and not proceed until CO confirms.
- Administrative relationships: Contractor must cooperate with other contractors/Government personnel and report difficulties to COR.
- Review limitation: Document was only partially reviewed (sections 1 and 10 of 19) because the file was too large; additional clauses and details likely exist in unreviewed sections.
19AQMM24R0113 - Appendix I.docx
Download
Partially reviewed: Too large
Partially reviewed (selected sections 1 and 10 only due to large file). Sections reviewed show scope, contract type, pricing and billing rules, travel and ODC policies, security/ID badge and personnel removal rules, and limited training/technical direction clauses for the DOS NextGen Passport Personalization Printers support IDIQ.
- Scope: Provide and support CA/CST Next Generation (NextGen) Passport Personalization Printers at all Domestic Passport Sites, 29 domestic passport Agencies, Passport Centers, NPE sites, and new site locations.
- Services: Program management, transition support, consumables, warranty, on-site support, lab support, enhancement software, relocations (low-capacity), optional purchase of printers, installation, integration, training, warehousing, security augmentation, relocations (high-capacity), and decommission/disposal.
- Contract vehicle/type: Single-award IDIQ (FAR 16.504); Government will issue FFP or T&M delivery/task orders; hybrid task orders allowed. Contracting office: DoS Office of Acquisition Management (A/LM/AQM) referenced in Section B.2.
- Quantity cap: Maximum over period of performance not to exceed 15 high-capacity printers (with related shipping/installation/warranty/consumables/transition) AND 10 low-capacity printers (with related costs).
- Pricing requirement: Offeror must propose pricing for all CLINs (use Attachment A, Pricing Table).
- ODCs: Other direct costs billed cost-reimbursable; require prior written COR approval via email and invoice support (receipts).
- Travel: Contractor reimbursed for travel under FAR 31.2; travel must be authorized in advance by COR; hazardous duty premium pay possible per DoS regulations; local travel defined as within 50 miles.
- Security/personnel: Contractor employees issued DoS ID badges (must be displayed); contractor responsible for obtaining/returning badges; loss reported; removal-from-duty clause allows DoS to remove personnel for misconduct and requires contractor to replace at no additional cost.
- Training: DoS does not intend to provide general training; may provide State-specific systems training at no fee when authorized; contractor not paid for employee time attending training.
- Technical direction: COR can issue technical instructions within scope; instructions cannot change contract price/terms; contractor must notify CO in writing within 10 working days if instruction appears outside scope and not proceed until CO confirms.
- Administrative constraints: Invoicing ODCs requires COR email approval and receipts; administrative support for travel is contractor responsibility.
- Partial extraction limitations: Insurance clause and some H sections truncated—full insurance and other clauses not available in extracted sections.
19AQMM24R0113 Amend 0001.pdf
Download
One-page amendment (Amendment 0001) to solicitation 19AQMM24R0113 from the Department of State (Office of Procurement Executive) that extends the proposal due date and reiterates offer-acknowledgement requirements; no technical or scope changes are included in this extract.
- Solicitation number: 19AQMM24R0113
- Amendment number: 0001; Effective date: 08/16/2024
- Issuing office: Office of Procurement Executive (A/OPE), 1701 North Fort Myer Dr, Arlington, VA
- Point of contact: Kathleen J. Mejia, (202) 812-8019, mejiakj@state.gov
- Requisition/Purchase Request No.: 3001245023
- Action in amendment: extends proposal due date to September 3, 2024, 3:00 PM EST
- Amendment notes: Offers must acknowledge receipt of this amendment per SF-30 instructions; no other terms changed in this extract
- Document limitation: single-page administrative amendment only—no technical requirements, period of performance, place of performance, set-aside, or evaluation criteria are present in the provided text
19AQMM24R0113 Amend 0002.pdf
Download
One-page amendment (Amendment 0002) to solicitation 19AQMM24R0113 issued by the Office of Procurement Executive (A/OPE), effective 08/26/2024. The amendment extends the proposal due date and reiterates offer-acknowledgment requirements; it states all other solicitation terms remain unchanged and provides a contracting office contact (Kathleen J. Mejia).
- Solicitation number: 19AQMM24R0113 (amendment of solicitation).
- Amendment number: 0002; Effective date: 08/26/2024.
- Requisition/Purchase Req. No.: 3001245023.
- Issuing office: Office of Procurement Executive (A/OPE), U.S. Dept of State.
- Proposal due date extended to September 12, 2024, 3:00 P.M. EST (explicit schedule change).
- Instruction that offers must acknowledge receipt of this amendment prior to the specified hour/date.
- Contact for contracting/officer: Kathleen J. Mejia; phone (202) 812-8019; email mejiakj@state.gov.
- Statement: Except as provided, all terms and conditions of the solicitation remain unchanged.
19AQMM24R0113 Amend 0003.pdf
Download
Partially reviewed: Too large
Partial extraction (sections 1 and 8 of 15) of a 26-page amendment (Amendment 0003) to solicitation 19AQMM24R0113 for Next Generation Passport Printer support. Amendment effective 09/20/2024; it supplies revised appendices (Appendix 1, Appendix 2, Attachment A - Pricing Guide) and incorporates Questions & Answers. Only selected sections were reviewed; the full solicitation (including Sections B, C, D, etc.) was not extracted.
- Solicitation: 19AQMM24R0113; Amendment No.: 0003; Effective date: 09/20/2024
- Solicitation originally dated 08/01/2024; RFP title in schedule: 'NEXT GENERATION PASSPORT PRINTER SUPPORT AND RELATED SUPPLIES AND EQUIPMENT' (Line Item 001)
- Contracting office / POC: Office of Procurement Executive (A/OPE), Kathleen J. Mejia, (202) 812-8019, mejiakj@state.gov — useful for outreach/incumbency checks
- Document includes revised Appendix 1, Appendix 2, Attachment A - Pricing Guide, and incorporated Q&A — indicates clarifications to requirements and pricing format
- Solicitation states 'Type of Contract Pricing: COM' (commercial pricing) in the Line Item Summary
- Sections B, F, H, J, L, and M are contained in attached Appendix I; Section C is in Appendix 2 — core requirements and pricing details likely in unextracted appendices
- Extracted clauses include DOSAR/FAR clause list and DOS cybersecurity supply chain requirement (652.239-800) — implies SCRM/compliance considerations
- Extracted payment language references materials reimbursement, hourly rate payments, ceiling price, and FAR subpart 31.2 — suggests provisions for reimbursable materials and auditability
- Review status: partially_reviewed; limitation: file 'too_large' and only two sections were selected for extraction — full solicitation not reviewed here
19AQMM24R0113 SF33.pdf
Download
Partially reviewed: Too large
Partial extraction (sections 1 and 10 of 18) of a U.S. Department of State solicitation (19AQMM24R0113) for which the SF33 solicitation form and multiple FAR clauses are included. The document is a negotiated RFP issued 07/08/2024 by the Office of Procurement Executive (A/OPE) and contains contract clauses indicating Time-and-Materials/Labor-Hour payment terms, rights to proposal technical data, packaging/marking, and environmental reporting requirements.
- Solicitation number: 19AQMM24R0113 (SF33 present).
- Issuing office: U.S. Department of State, Office of Procurement Executive (A/OPE), Arlington, VA.
- Type of solicitation: Negotiated (RFP) — SF33 shows 'X NEGOTIATED (RFP)'.
- Date issued on SF33: 07/08/2024.
- Document marked as a rated order under DPAS (15 CFR 700).
- Contracting contact listed: Kathleen J. Mejia — phone (202) 812-8019; email mejiakj@state.gov.
- Included FAR clauses show Payments under Time-and-Materials and Labor Hour Contracts (52.232-7) — suggests T&M/LH terms apply or are contemplated.
- Rights to Proposal Data (52.227-23) clause present — Government seeks broad rights in proposal technical data (unlimited rights language referenced).
- Environmental compliance clause (52.223-11) for ozone-depleting substances / HFC reporting — indicates reporting and labeling obligations for certain equipment/appliances.
- Includes Data Packaging, Marking, Packing, Inspection & Acceptance clauses (Parts D and E referenced) — signaling deliverable/reporting packaging and acceptance test expectations.
- Document is partially reviewed: only sections 1 and 10 of 18 were extracted; full scope, performance location, set-aside, NAICS, and specific statement of work were not available in the reviewed sections.
- Total pages in file: 28 (page numbering visible).
- Set-aside: not stated in the reviewed sections.
19AQMM24R0113A0004.pdf
Download
Standard Form 30 amendment (0004) to solicitation 19AQMM24R0113 issued by the Office of Procurement Executive (AOPE) at the Department of State. The amendment, dated 10/29/2025 and signed by Contracting Officer Vincent J. Sanchez, suspends the proposal due date (specifically states proposals should not be submitted on October 31, 2025) pending resolution of a Government shutdown and says a new due date will be issued later; all other terms remain unchanged.
- Solicitation amended: 19AQMM24R0113 (Amendment/Modification number 0004)
- Amendment effective date / signature date: 10/29/2025 (signed by Contracting Officer Vincent J. Sanchez)
- Primary action: suspension of proposal due date until Government shutdown resolves; explicit instruction: do not submit proposals on October 31, 2025; new due date to be issued in subsequent amendment
- Issuing office: Office of Procurement Executive (AOPE), US Department of State; administrative contact listed (Kathleen J. Mejia) with phone (202) 812-8019 and email mejiakj@state.gov
- Document form/type: STANDARD FORM 30 (amendment of solicitation/modification of contract) — indicates formal amendment channel and that all other solicitation terms remain in effect
Appendix 2 - Section C PWS Changes Accepted Amendment 0003.docx
Download
Partially reviewed: Too large
Partially reviewed (selected sections only due to file size). This Department of State Bureau of Consular Affairs PWS describes NextGen Passport Personalization Printers and contractor support to replace legacy passport book printers, including supply of high- and low-capacity printers, consumables, software, parts, integration, installation, and ongoing technology refresh and maintenance for Domestic Passport Sites and CA enterprise operations. Selected sections specify integration testing equipment delivery (integration test units within 45 days), installation/integration planning (initial plan within 7 days of award and site-specific updates), compatibility with DOS ICD/COTS/GOTS/OpenNet processes, and security/quality requirements (laser engraving on polycarbonate data page, ICAO 9303 compliance, steganography and enhanced security features).
- Customer: U.S. Department of State, Bureau of Consular Affairs (CA)/Office of Consular Systems and Technology (CA/CST)
- Scope: Provide NextGen Passport Personalization Printers (high- and low-capacity), consumables, replacement parts, software, technical support, maintenance, documentation, and disposal of packaging
- Place of performance: Domestic Passport Sites (DOS may designate additional sites); CA/CST supports ~300+ consular locations (context for scale)
- Integration requirement: Printers must integrate with DOS passport issuance system per an Interface Control Document (ICD) and be compatible with CA/CST environments
- Test equipment milestone: Contractor must provide high- and low-capacity printers for integration testing at DOS IV&V Support Site within 45 calendar days of award
- Installation deliverables: Initial Installation and Integration Plan due seven days after award; updated plans per site documenting schedule, manpower, clearance dimensions, and equipment impacts
- Operational constraints: Installations must minimize disruption, may require after-hours work per site mission requirements; contractor responsible for packaging disposition
- Power/hardware requirements: Contractor must ensure electrical power can be met, provide UPS for each printer, and supply necessary cables/terminators and associated hardware
- Software/compliance: Use Government-approved COTS/GOTS; contractor must upgrade/customize proprietary software to work with DOS-approved products and follow CA/CST chartering and IV&V testing to gain OpenNet authorization
- Technology refresh: Ongoing tech refreshment required; contractor may submit Technology Refreshment Proposals subject to Government approval (products must meet/exceed functional, technical, and security requirements)
- Security/quality: Printers support automated laser engraving on polycarbonate data page, color printing, embedded chip personalization consistent with ICAO 9303, inline automated quality inspection, steganography and image enhancement/masking features
- Support/coordination: Contractor must support DOS and government-designated contractors for integration and upgrades; COR and IV&V involvement specified
- Insurance: Contractor shall provide COI to onsite personnel if requested
Appendix 2 - Section C PWS Tracked Changes Amendment 0003.docx
Download
Partially reviewed: Too large
Partial review (selected sections 1 and 11 of 20; file flagged too_large). Document is the Department of State, Bureau of Consular Affairs PWS for Next Generation Passport Personalization Printers describing purpose, background, scope, and installation/integration requirements. It specifies the contractor will supply and support customized NextGen printers (high- and low-capacity), integrate to DOS environments per an Interface Control Document (ICD), perform site installations at Domestic Passport Sites, and provide related services and consumables with constraints to minimize disruption.
- Customer: U.S. Department of State, Bureau of Consular Affairs (CA) — Office of Consular Systems and Technology (CA/CST).
- Procurement purpose: provide and support NextGen Passport Personalization Printers to replace legacy printers; includes supply, support, installation, integration, and testing.
- Printer capabilities: automated laser engraving on polycarbonate data page; color printing on endorsement page; embedded chip personalization per ICAO Doc 9303; inline automated quality inspection; steganography and image enhancement/personalized masking software.
- Product scope: both High‑Capacity and Low‑Capacity printer models; option to acquire additional printers for CA enterprise operations.
- Integration requirement: all printers must integrate into existing DOS tech environment and be fully compatible with an Interface Control Document (ICD).
- Places of performance: Domestic Passport Sites (with CA/CST and CA/PPT able to designate additional sites to meet demand); document references 29 domestic passport agencies and ~230 overseas posts as CA/CST scope context.
- Installation deliverables/constraints: contractor must provide initial Installation & Integration Plan within 7 days of award and updated plan per site; ensure electrical power requirements, provide a UPS per printer; minimize disruption and perform work outside normal hours as mission dictates.
- Logistics responsibilities: contractor responsible for disposition of packaging and disposable materials.
- Operational constraints: installations must not interfere with on-going passport personalization operations and must document schedule, manpower, clearance dimensions, and equipment impacts on production.
- Security/features: enhanced security features called out (steganography software, secure configurations) but no classification level or clearance requirements specified in the extracted sections.
- Document review limitation: only sections 1 and 11 were extracted; other operational, contractual, timeline, pricing, or compliance sections may exist but were not reviewed due to file size.
Appendix 2 - Section C PWS.docx
Download
No summary recorded for this document.
Attachment A - Pricing Table_Final_8.16.2024 Amendment 0003.xlsx
Download
No summary recorded for this document.
Attachment A - Pricing Table.xlsx
Download
No summary recorded for this document.
Attachment B - CA Domestic Operational and Test Sites - Place of Delivery and Support.docx
Download
No summary recorded for this document.
Attachment C - CST Contract Status Report Template.pdf
Download
No summary recorded for this document.
Attachment D - Passport Printer Security Requirements.docx
Download
No summary recorded for this document.
Attachment E - Bidders Signed DD-254.pdf
Download
No summary recorded for this document.
Attachment F - Past Performance Questionnaire.xlsx
Download
No summary recorded for this document.
Attachment G - SCRM Questionnaire and C-SCRM Software Producer Attestation Form.xlsx
Download
No summary recorded for this document.
Attachment H - DOS Connectivity Requirements.pdf
Download
No summary recorded for this document.
NextGen Questions and Answers 9 5 2024 Final.xlsx
Download
No summary recorded for this document.
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 30315
Notice lineage:
- 3a2ba0c13d4544b4bf0b2a708ea99161 (posted 2026-04-13) - current
- 0c53cf6994944bc2b8b5ee1a816a2118
- 1ad1adc3c50c4222ba8869a4d9f09f06
- 25edae0563e246678b3a41f03c043916
- 2926ff14784f4f028b98ad4d93bebb18
- 3963fea8a29d444fbeba63b4326968b8
- 396e7405e28a4cad85084fed3c598922
- 3cbb6b88ba614563ae8edf0d475a270b
- 3d2f4acf91904aca81651f9b04102a29
- 504f3f7fa97c4c15961309006dde9d15
- 533d03a287a24b3ea587067328ff9d49
- 59716e44556f466ea1622e56465da6ed
- 7840fd99b2f44386b9b8d6f29609cf4d
- 8fcee82c22424d059102dcdfa8212b75
- 92909b4c0bb94cbeb28f4ad686b564de
- 9a683377c17344eb984e47bf70ac0e16
- 9ca6a0d853c6450d9481008356379a91
- b8c965e339cd460f956dd8e58bd43809
- b9a9e97288a5424ca7a6a946c33a2057
- ba7cb10d9d1f4d689cb16fb02057e66f
- c69489c89aef440eb30e7fb97ff8853a
- c7b47c3b6217478e97902393206492fa
- cd155d2086f64ff3b1d1e91737a21286
- d26e3259bb1b4130ba5ee048ededd5d8
- df549bee35454e67bd0be4a30adca274
- edf174287fd64f2c8339ad258ee68e89
- f00e09fa7ac94ef4aeab19ff1b6addca
- f4f8f64e478d4d68833863493091320f
- f50f6db3cf0c4210a99788632f7ef31b
- fbf88c57d3d24cc197cb03d00d91b51d
- feb26436139c48fba29f0607a2379cad
- ffb2df741b4e40308473ec0d5cf7dcb8
- ffbaecafbd804cb7bac45b956fb4dfd6
Last synced: 2026-04-21T15:51:25.510428+00:00
Last analyzed: 2026-04-21T15:54:21.552733+00:00
Latest package fingerprint: 3e049f90f307a0f0fcec515db3343088613ae3f0a92f521d25f6de1266b0d05c
Latest package notice: 3a2ba0c13d4544b4bf0b2a708ea99161
Latest package documents: 21
Evidence limitations- 19AQMM24R0113 - Appendix I Amendment 0003 Changes Accepted.docx: partially reviewed (too large)
- 19AQMM24R0113 - Appendix I Amendment 0003 Tracked Changes_v2.docx: partially reviewed (too large)
- 19AQMM24R0113 - Appendix I.docx: partially reviewed (too large)
- 19AQMM24R0113 Amend 0003.pdf: partially reviewed (too large)
- 19AQMM24R0113 SF33.pdf: partially reviewed (too large)
- Appendix 2 - Section C PWS Changes Accepted Amendment 0003.docx: partially reviewed (too large)
- Appendix 2 - Section C PWS Tracked Changes Amendment 0003.docx: partially reviewed (too large)
- 2026-04-21T15:51:25.521107+00:00: 3a2ba0c13d4544b4bf0b2a708ea99161 with 21 docs
Labels
Human notes
No human notes yet.