Screening Equipment Deployment Services (SEDS) - Checkpoint (CP)
ID: TSA25-04-0431Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFTRANSPORTATION SECURITY ADMINISTRATIONSECURITY TECHNOLOGYSpringfield, VA, 20598, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)
Timeline
    Description

    The Department of Homeland Security, through the Transportation Security Administration (TSA), is seeking industry input for Screening Equipment Deployment Services (SEDS) related to checkpoint security technology at U.S. federalized airports and other designated locations. The TSA aims to gather capabilities and innovative strategies for the installation, deployment, and planning of security equipment, with a current contract ceiling of $470.7 million over five years, as the existing Indefinite Delivery/Indefinite Quantity (IDIQ) contract approaches its conclusion. This initiative is critical for enhancing transportation security infrastructure and ensuring compliance with operational standards. Interested vendors must submit their responses, including capability statements and white papers, by November 7, 2024, to the designated TSA contacts, Lindsay Alexander and Heather Karle, via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The Transportation Security Administration (TSA) has issued a Task Order for Checkpoint Screening Equipment Deployment Services, specifically focused on mid-size deployments of Checkpoint Property Screening Systems (CPSS). The task order spans an 18-month base period and operates under a combination of payment structures, primarily Firm Fixed Price (FFP) and Fixed Unit Price, with travel expenses reimbursed at cost. It mandates comprehensive services including program management, site preparation, deployment, installation, and testing of screening equipment at various airports. Key deliverables include regular status reports, survey reports, and construction documentation, due within specified timeframes post-activity completion. The contractor must manage government-furnished equipment and ensure coordination with TSA and airport officials to assess site conditions and specific requirements for successful deployment. Overall, this initiative reflects TSA's commitment to enhancing security infrastructure while ensuring compliance with established operational protocols and frameworks, which are critical components in government RFP and procurement processes.
    The document is a pricing template for various equipment types over four years, detailing rates for installation, temporary storage, cleaning services, shipping fees, rigging, de-installation, packaging, and other logistical aspects. It provides unit prices based on shipping distances—categorizing them into ranges of 0-200 miles, 201-499 miles, up to 2000+ miles—and differentiates pricing for singular units versus multiple units. The template also specifies requirements for urgent shipping and outlines costs for handling specialized categories of equipment, such as CT scans and screening tools. This comprehensive pricing structure aims to streamline the procurement process for responding to federal and state-level requests for proposals (RFPs), grants, or contracts related to public safety or health equipment. By clearly organizing pricing based on quantity and distance, the document serves as a crucial tool for government agencies to estimate costs accurately and manage budgets effectively in compliance with procurement regulations. The systematic organization reflects a thorough understanding of logistical needs within governmental operations and the importance of transparency in pricing for public projects.
    The Transportation Security Administration (TSA) has released a Task Order titled "Ad-Hoc Deployment Services," aimed at providing unscheduled deployment services for checkpoint screening equipment. This initiative, coordinated by the TSA's Acquisition Program Management Office, spans a base period of one year with the option for four additional years. The scope encompasses the shipping, installation, relocation, and decommissioning of screening equipment at various locations across the U.S. and potentially international sites. The document outlines specific requirements for deployment services as defined in the Indefinite Delivery Indefinite Quantity (IDIQ) Statement of Work (SOW), as well as program management responsibilities. Deliverables include monthly status reports, site survey reports, concept drawings, and decommission checklists, with specified timelines for submission. Moreover, the file includes a price/cost schedule detailing various services and management requirements. The task order emphasizes the importance of structured reporting and communication, ensuring efficient operations and adherence to TSA protocols. The assignment of a Contracting Officer's Representative (COR) is noted, with contact details to be defined. This document highlights TSA's proactive approach to managing equipment deployment to enhance security effectiveness at checkpoints.
    The Statement of Work (SOW) for Task Order XXXX outlines the deployment efforts of Transportation Security Equipment (TSE) at various airports for the Transportation Security Administration (TSA) under the Checkpoint Screening Equipment Deployment Services (SEDS) contract. The contractor is tasked with site surveys, equipment installation, relocation, decommissioning, and related logistics over a one-year period. A detailed Price/Cost Schedule categorizes various services, including program management and deployment tasks, specifying fixed and time/material cost structures. Key responsibilities include coordinating with the TSA and local airport authorities to ensure compliance with safety and regulatory standards, tracking progress through regular reports, and maintaining a close relationship with Original Equipment Manufacturers (OEM) for equipment maintenance. The document highlights the importance of thorough site preparation, documentation, and effective communication with technical monitors and contracting officers. It serves as a guide for contractors involved in equipment deployment and maintenance, emphasizing the TSA's commitment to safeguarding transportation security through efficient logistical operations.
    The Transportation Security Administration (TSA) is seeking input on the Screening Equipment Deployment Services (SEDS) Checkpoint through a Sources Sought/Request for Information (RFI). This initiative aims to gather industry insights to support TSA's requirement for the installation, deployment, and planning of security technology at U.S. federalized airports and other designated locations, with a current contract ceiling of $470.7 million over five years. The TSA plans to enhance its market understanding and identify capable vendors as the existing Indefinite Delivery/Indefinite Quantity (IDIQ) contract nears its conclusion. The RFI requests industry responses in the form of capability statements and white papers to propose innovative acquisition strategies. Key areas for feedback include pricing structures, task scopes, and logistical considerations for the deployment of Transportation Security Equipment (TSE). Companies responding must submit a cover letter detailing their qualifications, ensuring TSA can effectively assess capabilities. The submission deadline is November 7, 2024. This RFI represents an integral step in TSA's strategy to refine procurement processes while adapting to evolving security mission requirements and fiscal constraints.
    The Transportation Security Administration (TSA) has issued a Statement of Work (SOW) for Program Management services related to the deployment of Checkpoint Screening Equipment. The task order outlines a firm fixed-price contract with a base period of one year and four optional years. The contractor will manage not only the deployment but also support tasks related to multiple task orders over the contract's lifespan. TSA will furnish the contractor with ten laptops, and travel expenses will not be covered by the government. Key deliverables include a Program Management Plan (PMP) due 30 days after contract award, quarterly and monthly status reports, as well as agendas and minutes for meetings. The emphasis of this task order is on comprehensive program management, preparation of proposals for task orders, and adherence to scheduled deliverables, promoting efficient execution of TSA's checkpoint technology initiatives while ensuring responsiveness to evolving operational needs.
    The Transportation Security Administration (TSA) requires a contractor to provide services for the deployment of checkpoint screening equipment. The contract entails oversight for installation, relocation, and removal of various security technologies used in passenger screening, such as Advanced Imaging Technology (AIT), Walk-Through Metal Detectors (WTMD), and Computed Tomography (CT) systems. The Contractor is responsible for managing projects across airports and other sites, ensuring compliance with TSA guidelines and federal regulations, including risk management and quality control. Key aspects of the work include program management, resource allocation, and reporting requirements. The Contractor must establish effective communication with TSA representatives and maintain an organized approach to project execution by following an integrated management plan. Specific tasks involve site preparation, equipment shipping, installation, and conducting required tests. Notably, the Contractor must track and report equipment and property management meticulously, submitting regular updates on project status and addressing any risks or issues promptly. The aim is to enhance TSA's security capabilities while developing a sustainable and efficient deployment strategy that meets operational and safety standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Screening Equipment Deployment Services (SEDS) Checked Baggage (CB)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking industry input through a Sources Sought/Request for Information (RFI) for Screening Equipment Deployment Services (SEDS) related to Checked Baggage (CB) at U.S. federalized airports and other designated locations. The TSA aims to gather insights on capabilities and innovative strategies for the installation, deployment, and planning of security technology equipment, which is critical for enhancing airport security and compliance with evolving transportation safety standards. This initiative is part of a broader effort to improve the Checked Baggage Inspection System (CBIS) and ensure efficient baggage screening operations across various sites, with a focus on operational readiness and safety. Interested parties are encouraged to submit their responses by November 7, 2024, to the designated contacts, Lindsay Alexander and Heather Karle, via email, as the information gathered will inform future procurement strategies.
    Universal Enrollment Services- Request for Information
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's Transportation Security Administration (TSA) is seeking information regarding capabilities for its Enrollment Services and Vetting Programs (ESVP) through a Request for Information (RFI). The TSA aims to enhance enrollment services for various security programs, including the Hazardous Materials Endorsement Threat Assessment Program and TSA PreCheck, focusing on solutions for biometric data collection, identity verification, and customer service support. This initiative is crucial for ensuring efficient and secure enrollment processes while maintaining applicant confidentiality. Interested vendors must submit their responses by November 6, 2024, and can direct inquiries to Janelle Dunlap at janelle.dunlap@tsa.dhs.gov.
    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.
    Request for Information, Air Cargo Screening Qualification Test Qualification Process Guide
    Active
    Homeland Security, Department Of
    Special Notice: Department of Homeland Security, Department of Transportation Security Administration is requesting information for the Air Cargo Screening Qualification Test Qualification Process Guide. The purpose of this document is to provide information about the Transportation Security Administration (TSA) Air Cargo Screening Qualification Test (ASCQT) process. This process is for Original Equipment Manufacturers interested in listing their air cargo screening devices on the TSA Air Cargo Screening Technology List (ACSTL). Air cargo transported on passenger aircraft in the United States must be screened similar to passenger checked baggage. TSA has established a qualification process to test and evaluate screening equipment to ensure it meets the standards mandated by the U.S. Congress. Devices that pass the qualification test will be placed on the ACSTL for regulated parties to use when purchasing or leasing air cargo screening equipment. This Request for Information (RFI) includes updates such as the inclusion of Visual Image inspection devices as a technology qualification group, the addition of "Fast Parcels" as a commodity type, descriptions of high-level requirements applicable to all ACSTL technology qualification groups, and expanded clarification of the Explosive Detection System (EDS) qualification process steps. The place of performance for this procurement is Arlington, VA, with the zip code 20598, in the United States. The service being procured is the qualification process for air cargo screening devices to be listed on the TSA Air Cargo Screening Technology List. This process ensures that air cargo transported on passenger aircraft in the United States is screened appropriately, similar to passenger checked baggage.
    On-Person Screening Broad Agency Announcement
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of, Transportation Security Administration is seeking concept paper submissions for potential On-Person Screening (OPS) advancements and improvements. OPS aims to improve current security operations and capabilities by addressing various Technical Topic Areas. The TSA is interested in development that will enhance Walk-Through Metallic and Non-Metallic Screening Systems Detection Algorithms, Synthetic Data Generation and/or Automated Data Annotation Tools, OPS Open Architecture Integration, and Wideband Technology that Enhances Currently Fielded Advanced Imaging Technology (AIT). Questions and concept paper submissions must be submitted by specific deadlines. For more details, refer to the attached BAA documents.
    Qualified Products List Overview and Window Openings for Checkpoint Property Screening System (CPSS)
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of, Transportation Security Administration is seeking qualified products for the Checkpoint Property Screening System (CPSS). The CPSS is typically used for screening and detecting prohibited items in passenger baggage at transportation checkpoints. Amendment 00001 to the Qualified Products List (QPL) Window 1 70T04019CPSSQPL-1 has been issued to provide updates, answer questions, and make additional updates to the QPL Window 1 Document. Please refer to the attached amendment for more details.
    Systems Engineering and Technical Assistance (SETA) Support to the Operations and Requirements Analysis Division
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking industry input through a Request for Information (RFI) for Systems Engineering and Technical Assistance (SETA) support to its Operations and Requirements Analysis Division (ORA). The objective of this procurement is to enhance the efficiency of Research, Development, Test, and Evaluation (RDT&E) processes within the DHS Science and Technology Directorate by aligning portfolio management with departmental priorities and improving stakeholder engagement. This initiative is crucial for advancing homeland security capabilities through effective management of R&D initiatives and collaboration with various federal, state, and local entities. Interested vendors are encouraged to submit their capabilities and approaches by October 31, 2024, and can direct inquiries to John Whipple at John.Whipple@hq.dhs.gov or Linda E. Woolard at linda.woolard@hq.dhs.gov.
    Walk Thru Metal Detectors (WTMD)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, Office of Procurement Operations, is seeking Walk Thru Metal Detectors (WTMD) through a Combined Synopsis/Solicitation notice. Walk Thru Metal Detectors are typically used for security purposes to detect metal objects on individuals entering a specific area. This procurement is set aside for Total Small Businesses. The place of performance is in the USA. For more information, please contact Peter J Andrews at peter.j.andrews@fps.dhs.gov or 215-521-2261.
    5G Capable Cellular Drive Test Scanner
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Secret Service (USSS), is seeking information from qualified vendors regarding the procurement of a 5G capable cellular drive test scanner and associated analytical software. This initiative aims to enhance the USSS's capabilities in investigating financial crimes by enabling the collection and analysis of cellular data across various generations, from 2G to 5G, while ensuring compliance with the Communications Assistance for Law Enforcement Act (CALEA). The project underscores the importance of modernizing investigative tools to adapt to evolving crime and technology, with requirements for interoperability with existing equipment, comprehensive training for personnel, and ongoing maintenance support. Interested parties are encouraged to submit their capability statements and feedback on the draft Statement of Work to the designated contacts, Stephen Kenny and Matthew Sutton, with the understanding that this notice is for information gathering only and does not constitute a commitment to award a contract.
    Surface Movement Radar, Model 4 , Replacement for Airport Surface Detection Equipment Model 3 Surface Movement Radar (ASDE-3 SMR)
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified vendors for the procurement of the Surface Movement Radar, Model 4 (SMR4), intended to replace the aging Airport Surface Detection Equipment Model 3 (ASDE-3) systems at various U.S. airports. The SMR4 system aims to enhance runway safety and operational efficiency by providing advanced non-cooperative surveillance capabilities for aircraft and vehicles in airport movement areas, integrating seamlessly with existing FAA surface surveillance systems. This procurement is critical for improving air traffic management and ensuring compliance with federal aviation safety standards. Interested vendors should direct inquiries to Aleksandra Skoric or Patrick Weare via email, with the anticipated release of the final Screening Information Request (SIR) scheduled for October 31, 2024.