Skip to content
Department of Homeland Security

National Certificate Automation Redesign (NCAR) Printer Replacement

Solicitation: 70SBUR26I00000012
Notice ID: 2de2553232b94b6f9d04c0eeeb6fbd62
TypeSources SoughtNAICS 334118PSC7E20DepartmentDepartment of Homeland SecurityAgencyUs Citizenship And Immigration ServicesStateMDPostedMar 27, 2026, 12:00 AM UTCDueApr 14, 2026, 06:00 PM UTCCloses in 7 days

Sources Sought from US CITIZENSHIP AND IMMIGRATION SERVICES • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: MD. Response deadline: Apr 14, 2026. Industry: NAICS 334118 • PSC 7E20.

Market snapshot

Awarded-market signal for NAICS 334118 (last 12 months), benchmarked to sector 33.

12-month awarded value
$1,054,823
Sector total $51,860,703,287 • Share 0.0%
Live
Median
$77,009
P10–P90
$30,191$123,826
Volatility
Volatile122%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,054,823)
Deal sizing
$77,009 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MD
Live POP
Place of performance
Camp Springs, Maryland • 20588 United States
State: MD
Contracting office
Williston, VT • 05495 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MD20260126 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Maryland • Washington
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $33.46Fringe $25.04
+55 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 55 more rate previews.
Davis-BaconBest fitstate match
MD20260126 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Washington
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $33.46Fringe $25.04
Rate
CARPENTER
Base $30.00Fringe $21.25
+54 more occupation rates in this WD
Davis-Baconstate match
MD20260038 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Frederick
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $34.41Fringe $14.49
+54 more occupation rates in this WD
Davis-Baconstate match
MD20260081 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Allegany
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $33.46Fringe $25.04
Rate
CARPENTER
Base $30.25Fringe $22.00
+54 more occupation rates in this WD
Davis-Baconstate match
MD20260077 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Talbot
Rate
CARPENTER
Base $27.00Fringe $7.34
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $37.08Fringe $25.48
Rate
LABORER AIR TOOL OPERATOR
Base $26.80Fringe $7.08
+49 more occupation rates in this WD

Point of Contact

Name
Amir Hrnjic
Email
Amir.Hrnjic@uscis.dhs.gov
Phone
8022887918
Name
Sieanna Seward
Email
Sieanna.R.Seward@uscis.dhs.gov
Phone
Not available

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US CITIZENSHIP AND IMMIGRATION SERVICES
Subagency
USCIS CONTRACTING OFFICE(ERBUR)
Office
Not available
Contracting Office Address
Williston, VT
05495 USA

More in NAICS 334118

Description

This notice is issued solely for the purpose of conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10 and does not constitute an Invitation for Bids, Request for Proposal, or Request for Quotations. No solicitation is being issued at this time and the Government makes no assertion that a solicitation will be issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract, nor do they affect a potential offeror's ability to respond to any future synopsis/solicitation, which may or may not follow or restrict the U.S. Government's eventual acquisition approach. Additionally, the U.S. Government is not obligated to, and will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this request for information. Respondents will not be notified of any results derived from a review of the information provided; however, information gathered may be used for future technical and acquisition purposes. 

Background & Scope:

USCIS OIT has a requirement for replacement printers to use under the National Certificate Automation Redesign (NCAR) program for production of Naturalization Certificates. NCAR documents are secure and include a number of physical security attributes. One of those is that all NCAR printers must have identical physical characteristics in terms of the printing method. This printing method and Original Equipment Manufacturer (OEM) pigmented ink create a forensic document signature that is recorded with the Custom Border Patrol (CBP) Forensic labs. This information is used for validating documents suspected of being fraudulent. It is possible that different printers in the same family will be able to meet this requirement, but it is not possible to use printers from multiple manufacturers or even normally from different printer families from the same manufacturer.

The objective of the NCAR Printer Replacement is to provide replacements for all existing NCAR printers and mechanism to provide additional printers as requirements increase. The NCAR printers are replaced every 5 years due to age and increased maintenance issues. This will be the 4th replacement of the NCAR printers. The intent is to create a procurement vehicle that will include a number of options:

  • Base purchase of 5-10 units for use in USCIS labs for integration and testing
  • An initial deployment of 300 printers to 100+ USCIS locations
  • Ongoing purchase options over the next 4 year period of up to 25 additional printers per year
  • Provisions may be included for the purchase of the required ink through the contract vehicle to insure forensic consistency

The primary purpose of this SS-RFI is to identify sources that currently have capabilities that can meet the technical requirements to deliver equipment with the following functional specifications:

  • NCAR Color Certificate Printer:
    • The NCAR program requires a single forensically consistent printer to be used for all sites.
  • Forensically secure printing method:
    • Printing must be shown to permanently penetrate or bond with the security paper.
    • The color must be permanent and withstand chemical and mechanical attempts to change or remove the printing. Removal that results in obvious damage to the document is considered successful.
    • All text must be printed using separate black ink, not a combination of colors.
    • Must have a high resistance to fading under long periods of exposure to sunlight.
    • Printing must not damage or obscure UV security features included in the certificate paper.
    • Proposed unit shall pass testing by a USCIS selected forensic laboratory.
  • Pigment based ink printing method.
  • Separate supplies per color.
  • Support for USCIS custom produced paper – Paper is a secure media and samples cannot be provided outside of USCIS control.
    • ~28 Lb bond
    • Paper is green tinged with security background. Vendor shall work with the USCIS development program to identify any required adjustments in the printer color management
    • Paper includes raised printing
    • Paper includes a raised gold embossed seal
  • Driver is required to provide adjustments horizontally and vertically to allow for small variations in the preprinted information.
  • Minimum 500 sheet paper tray capacity.
  • Minimum 28 ppm color print speed.
  • Duty cycle of sustained use of minimum 3,000 pages per month with surges up to a minimum of 10,000 pages per month.
  • Minimum USB 2.0 Interface.
  • Minimum 3m USB interface cable, USB Type A on one end (for connection to the USCIS Workstation, notebook or docking station) and compatible with the proposed device on the other. Multiple connected cables may be proposed for the total length but must clearly identify how they interconnect. The ports on the proposed device and the connections on the cables must be clearly identified and able to be validate.
  • Fully support paper after printing.
  • Any supplies needed for preventive maintenance or cleaning shall be included with the device.
    • Average use of 2,000 certificates per month.
    • One year of supplies included with the initial delivery.
    • Replacement supplies for years 2-5 provided automatically (These may be provided with the printer, if they have a shelf life of at least 5 years).
  • All ink shall have a minimum shelf life of 12 months.
  • Initial supply of ink:
    • 1 Largest capacity black
    • 1 Largest capacity cyan
    • 1 Largest capacity magenta
    • 1 Largest capacity yellow
  • 5Yr next day on site or advanced exchange warranty.

Information is requested detailing your company’s capabilities and experience delivering equipment that may meet these requirements and potential adjustments that may be made to the requirements.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.