Passport Card Stock

expired opportunity(Expired)
From: Federal Government(Federal)
19AQMM18R0086P

Basic Details

started - 26 Jan, 2018 (about 6 years ago)

Start Date

26 Jan, 2018 (about 6 years ago)
due - 09 Feb, 2018 (about 6 years ago)

Due Date

09 Feb, 2018 (about 6 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
19AQMM18R0086P

Identifier

19AQMM18R0086P
Department of State

Customer / Agency

Department of State
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is not a request for proposal.This is a Pre-solicitation Notice.This Pre-solicitation Notice is an abbreviated version of the RFP.The full package contains several attachments and other sensitive but unclassified requirements AND IS NOT BEING PROVIDED AT THIS TIME.1. The U.S. Department of State (DoS) has a requirement to acquire a single source for card stock to increase innovation, cost effectiveness, and continuity of operations. This procurement includes requirements for product, technical & security services, travel, supplies, materials, storage, and shipping needed to produce the U.S. Passport Card and possibly other travel cards with Radio Frequency IDentification (RFID) capability all using an ISO 18000 6C compliant embedded Integrated Contactless Circuit (ICC). There are no Key Personnel.2. The Department of State plans to procure Passport Card stock and support services, to continue the production and printing of Passport Card stock. Offerors shall demonstrate capacity
to obtain individual card components to accommodate demand, growth, production concept changes, etc.3. Additionally, the Offeror shall demonstrate flexibility to use the card stock and supporting infrastructure to create additional travel card types. These alternative travel cards would be functionally similar to the Passport Card, but be used to facilitate different travel privileges.4. The Contractor shall be expected to provide their organizational structure, management, and qualified supporting technical staff adequate to meet or exceed the requirements contained in the solicitation Performance Work Statement (PWS).5. Experience: Offerors will also be expected to provide and demonstrate their relevant and recent experience (within the past 5 years) and past performance related to similar size, scope, and complexity for providing such products. Experience witha. Inventory Control System (ICS),b. producing an Interface Control Document (ICD) that ensures reliable and secure transfer of the above information between the Contractor and DoS.6. Anticipated period of performance is one base year and four one-year options (to be exercised at the sole discretion of the Government).7. This shall be set aside for Small Businessa. Classification Code: 70 -- General purpose information technology equipmentb. NAICS Code: 326 -- Plastics and Rubber Products Manufacturing/326199 -- All Other Plastics Product Manufacturingc. Incumbent Contract: SAQMMA14C0064, FCI Federal8. Security Requirements: Prospective Offeror shall certify that card stock production facilities meet Security Requirements for the Card Stock Production Facility by submitting a valid DSS Facility Security Clearance at the Secret level. Offerors shall ensure personal security clearances for Prime and/or Subcontractors (if necessary), can be provided.9. Technical Support Requirements: Prospective Offerors shall provide "as-needed" technical support personnel to help implement any Passport Card-driven changes to current passport processes or material required for integration of the Passport Card solution into the current passport environment.10. Passport Card Stock Brief Requirements: The Passport Card shalla. meet ISO 7810 ID-1 specifications and follow the guidelines of ICAO 9303 Part 5 recommendations for TD-1 size machine readable travel documents where applicable. In case of conflict, ICAO 9303 supersedes ISO 7810 due to the card's intended use. Attachment C: Data Format for Passport Card provides further detail and will be released with the RFP.b. Offerors shall provide Passport Card Stock that can display information similar to that of the data page of the current U.S. Passport booklet:1) On the Passport Card front: citizen facial image and biographic information2) On the Passport Card back: MRZ for ID-1 type document compliant with ICAO 9303 Part 5.c. The Passport Card shall have machine-readable capability with embedded RFID capable ICC and antenna. The ICC shall store only a manufacturer-encoded number unique to the specific card. The schema for the unique number is described in Attachment C: Data Format for Passport Card and will be released with the RFP.d. The Passport Card shall serve as a tamper-resistant and physically secure (counterfeit deterrent and alteration deterrent) and durable travel document that permit Customs and Border Protection officers to use RFID equipment to read the on-board ICC number to access data from a Department of Homeland Security database, to read the MRZ encoded personalized data on the back of the Passport Card using passport readers designed to read ICAO 9303 MRZs, and to confidently inspect the card on its face value.11. To meet the functional working requirement of the Passport Card within CBP's operational process at land borders, the card stock shall have embedded ISO/IEC 18000 6C compliant RF capability. The ICC shall meet the following requirements:a. The card shall comply with ISO/IEC 18000-6:2004/Amd 1:2006 (Type C).b. The card ICC data structure shall be as described Attachment C, Data Format for Passport Card.c. The card ICC shall store a unique number from a range supplied by DoS and no further cardholder associated data (Referred to as the EPC number in the GEN 2 specification and the Unique Item Identifier in the ISO 18000 6C specification).d. The cards shall meet or surpass ISO/IEC 18000 6C performance criteria in a laboratory and operational setting.e. Offerors shall lock the ICC through the Gen 2 "Permalock" command, setting access to 00000000. Permalock prevents the modification or addition of any information after a Passport Card has been manufactured. The Passport Card architecture will be implemented only by Gen 2 ICCs that permit all memory to be permanently write-locked. The manufacturer shall write-lock and Permalock the chip's memory.f. Offerors shall provide a list (manufacturer and model number) of all GEN 2 and/or ISO 18000 6C certified readers known to interface properly and effectively with the offered embedded RFID.12. The approximate acquisition schedule is as follows:a. This pre-solicitation synopsis will be posted for at least fifteen (15) days from the date of posting.b. The U.S. Government plans to up-load the full solicitation in the FBO site on or about 31 January 2018. No paper copies will be mailed.c. Once the solicitation is posted on FedBizOpps, offerors will have approximately forty-five (45) to sixty (60) days to submit proposals as given in the posted instructions. All dates are subject to change and any change will be posted on this site via amendments.d. No pre-proposal site visits will be scheduled.13. Offerors shall have an active registration on the System for Award Management at https://www.SAM.gov.14. Offerors shall be required to request explicit access before 26 January 2018 in order to be able to retrieve the RFP documents when up-loaded to FBO. Criteria for requesting access and being granted access is to provide a copy of their valid DSS Facility Clearance.  Requests that do not provide an Offerors valid DSS Facility Clearance shall not be granted explicit access.  Submission will be provided to Diplomatice Security (DS/IND) for confirmation prior to granting access.15. Only two (2) representatives from each firm will be allowed Explicit Access in an effort to control access to sensitive but unclassified documents. Access will be granted AFTER receipt of their valid DSS Facility Clearance and when the Government POC receives an FBO electronic explicit access request email notice.16. Access to documents shall be provided when the full RFP documents are posted on or about 31 January 2018. Offerors are responsible for all aspects of obtaining access. It is highly recommended to review the FBO Vendor Guide.PHONE CALLS WILL NOT BE ACCEPTED.

Primary: Washington DC with shipment to various locations. Locations shall be provided in the RFP Washington, District of Columbia 20520 United StatesLocation

Place Of Performance : Primary: Washington DC with shipment to various locations. Locations shall be provided in the RFP

Country : United States

You may also like

Bid #24BV26 - Neenah Astrobrights Color Papers & Card Stock for Central Warehouse

Due: 23 Apr, 2024 (in 4 days)Agency: Jordan School District, UT

Hardware Non-Electrical (Stock)

Due: 22 Apr, 2024 (in 3 days)Agency: City of Tacoma

HID Card Stock for UW Madison ID Cards

Due: 13 Feb, 2025 (in 10 months)Agency: University Of Wisconsin

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

326 -- Plastics and Rubber Products Manufacturing/326199 -- All Other Plastics Product Manufacturing
naicsCode 326199All Other Plastics Product Manufacturing
pscCode 70