Qualified Products List Overview and Window Openings for Checkpoint Property Screening System (CPSS)
ID: 70T040CPSSQPLType: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFTRANSPORTATION SECURITY ADMINISTRATIONCONTRACTING AND PROCUREMENTSpringfield, VA, 20598, USA
Timeline
    Description

    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.

    Point(s) of Contact
    Jacqueline ThringContracting Officer
    jacqueline.thring@tsa.dhs.gov
    Files
    Title
    Posted
    The TSA has announced Amendment 00006 for the Checkpoint Property Screening System (CPSS) Qualified Products List (QPL) Window 1 - Increment 1 (Mid-Size), detailing the qualification process, applicant eligibility, and deadlines. Eligible applicants may apply for testing funding through Other Transaction Agreements (OTAs) until July 31, 2021, after which a no-cost bailment agreement will be required for qualification. All submissions and qualifications must be completed by December 29, 2023, to remain eligible for the QPL, with specific steps outlined for successful qualification and potential system removal.
    The document outlines the Transportation Security Administration's (TSA) Qualified Products List (QPL) for the Checkpoint Property Screening System (CPSS) under Window 2, Increment 1 (Full-Size), detailing the eligibility criteria, qualification processes, and testing requirements for applicants. It specifies the funding mechanisms available to eligible QPL applicants through Other Transaction Agreements (OTAs) until July 31, 2021, and the critical completion deadlines for various qualification steps, with the final QPL Window closure set for December 29, 2023. Additionally, it emphasizes the submission and approval procedures for Qualification Data Packages (QDPs), the importance of passing multiple testing phases, and the documentation involved in handling classified and sensitive security information.
    The TSA's Qualified Products List (QPL) Checkpoint Property Screening System (CPSS) Window 3 outlines the qualification process for product submissions, including eligibility criteria without limitations on applicants, testing requirements, and steps leading to placement on the QPL. The QPL process involves multiple testing phases, submissions for qualification data packages, and the potential for Other Transaction Agreements to cover testing costs for eligible applicants through a specified deadline. The QPL Window for this process will close on December 29, 2023, and any inquiries related to this amendment should be directed to the provided TSA email contact.
    The TSA is implementing a Checkpoint Property Screening Systems (CPSS) program to enhance security at passenger screening checkpoints by integrating advanced technologies, particularly Computed Tomography (CT) systems, to better detect evolving threats. This program addresses critical capability gaps in current property screening systems, which are nearing the end of their useful life, and aims to improve efficiency, automation, and threat detection accuracy. The acquisition strategy will focus on leveraging commercial technologies and developing tailored software to ensure the program meets TSA's security effectiveness and operational efficiency goals.
    The Transportation Security Administration (TSA) is establishing a Qualified Products List (QPL) for Checkpoint Property Screening Systems (CPSS) to qualify Computed Tomography (CT) systems for airport passenger screening. The QPL process will adhere to Federal Acquisition Regulation standards and involve multiple testing phases, concluding with systems potentially being placed on the QPL if they meet operational effectiveness and suitability criteria. Interested applicants can submit their systems for qualification during designated QPL windows, but must follow strict procedural requirements including system testing and compliance documentation.
    The document outlines the Qualified Products List (QPL) process for the Checkpoint Property Screening System (CPSS), detailing steps, timelines, and requirements for QPL Applicants aiming to qualify their systems. It specifies key milestones such as the submission of questions and Qualification Data Packages, certification testing deadlines, and requirements for integration, testing, and evaluation at specified facilities by set dates. Additionally, it underscores the importance of adherence to security protocols for accessing sensitive and classified information throughout the qualification process.
    The "Qualification Management Plan for the Checkpoint Property Screening System Program Version 3.1" outlines the process and requirements for systems to be certified under the Transportation Security Administration's (TSA) Qualified Products List (QPL). This document details the necessary steps from announcement to final testing, including certification and integration processes, while emphasizing the importance of system reliability, cybersecurity, and documentation. Additionally, it establishes the roles and responsibilities for applicants and the qualifying methodology to ensure all systems meet TSA standards and operational effectiveness.
    The Transportation Security Administration's (TSA) Qualified Products List (QPL) under the Checkpoint Property Screening System (CPSS) details the qualification process for applicants seeking to submit systems for approval, including testing requirements and legal agreements. Eligible applicants may receive funding through Other Transaction Agreements (OTAs) until July 31, 2021, with strict protocols for data submission and system testing outlined throughout the process. The QPL will list qualified systems post successful evaluation, and applicants must adhere to all security and documentation requirements, including clearances for sensitive information.
    The document outlines the Transportation Security Administration's (TSA) Qualified Products List (QPL) process for the Checkpoint Property Screening System (CPSS) under Window 1 - Increment 1, detailing the qualification steps and associated deadlines for applicants, including certification, integration testing, and operational evaluations. It specifies requirements for submissions, access to classified information, and mandates successful completion of testing phases to secure placement on the QPL. The notification serves to clarify processes and expectations for all potential applicants, highlighting TSA's authority to deny systems failing to meet qualification criteria.
    The TSA's Checkpoint Property Screening System (CPSS) Qualified Products List (QPL) for Window 1 - Increment 1 (Mid-Size) outlines a comprehensive qualification process for applicants, including system testing and integration requirements. Eligible applicants may receive testing funds up to $960,000 upon approval of their submitted Qualification Data Package (QDP) and successful testing outcomes. The document emphasizes the importance of confidentiality, requiring clearances for handling sensitive information and stipulating security requirements for contractor personnel at airport locations.
    The Transportation Security Administration (TSA) announced the Qualified Products List (QPL) for the Checkpoint Property Screening System (CPSS) Window 1 - Increment 1 (Mid-Size), detailing the qualification process steps and requirements for applicants. Eligibility criteria include successful completion of the Certification Testing and submission of a Qualification Data Package, with potential funding support of $960,000 through an Other Transaction Agreement for eligible applicants. The document outlines detailed steps for system testing, integration, and final evaluation for placements on the QPL, emphasizing compliance with various security and operational standards.
    The Transportation Security Administration (TSA) has issued Amendment 00004 to its Qualified Products List (QPL) for the Checkpoint Property Screening System (CPSS) with details on the qualification process and applicant eligibility. This QPL Window allows any entity to submit an application, provided they adhere to the established submission and testing processes, with a chance to receive funding up to $960,000 contingent on passing specific qualifications. All applicants must also ensure that necessary security clearances and documentation are in place to access sensitive information related to the process.
    The document outlines the Transportation Security Administration's (TSA) Qualified Products List (QPL) for the Checkpoint Property Screening System (CPSS) Window 2 - Increment 1, detailing the qualification process, applicant eligibility, and funding agreements. It specifies the steps QPL applicants must follow, including certification testing, data package submissions, and integration testing, with deadlines and requirements for each phase. Additionally, the notification emphasizes compliance with security protocols and the responsibilities associated with handling sensitive information throughout the qualification process.
    The Transportation Security Administration (TSA) announced the qualification process for the Checkpoint Property Screening System (CPSS) Qualified Products List (QPL) Window 2 - Increment 1, allowing any entity to apply while ensuring no multiple submissions of the same configuration. Eligible applicants can receive funding up to $1,426,000 for testing costs if they meet specific conditions, including successful completion of testing phases outlined in the Qualification Management Plan. All applications must comply with document release procedures and security clearance requirements, with communications routed through the designated TSA contact.
    The Transportation Security Administration (TSA) has issued Amendment 00002 to the Checkpoint Property Screening System (CPSS) Qualified Products List (QPL) for Window 2 - Increment 1, outlining the qualification process for applicants, funding eligibility, and requirements for participation. Eligible applicants may receive up to $1,426,000 for testing costs if they pass initial certification and qualification assessments, followed by rigorous testing phases leading to potential placement on the QPL. All processes and requirements are governed by the CPSS Qualification Management Plan, ensuring that submissions and tests adhere strictly to outlined standards and procedures.
    The Transportation Security Administration (TSA) issued a Qualified Products List (QPL) for the Checkpoint Property Screening System (CPSS) Window 2 - Increment 1 (Full-Size), detailing the qualification process for applicants, eligibility criteria, and funding provisions for certain applicants. The QPL outlines sequential steps required for qualification, including system testing, data submission, and operational evaluations, with strict guidelines on submitting configurations and securing sensitive information. Furthermore, it emphasizes that successful applicants will receive a Basic Ordering Agreement (BOA), contingent upon meeting all qualification requirements and associated documentation.
    The document outlines the procedures, eligibility, and requirements for the Transportation Security Administration's Qualified Products List (QPL) for Checkpoint Property Screening Systems (CPSS) under Window 3 - Increment 1. Applicants must follow a defined qualification process, including system testing, data package submission, and operational evaluations, with specific deadlines for submissions and potential funding opportunities through Other Transaction Agreements until mid-2021. It emphasizes that applicants must ensure compliance with security requirements and the handling of classified information, providing guidance on necessary agreements and screening processes for contractor employees.
    The Transportation Security Administration (TSA) has issued an amendment to the Qualified Products List (QPL) for the Checkpoint Property Screening System (CPSS) for Window 3 - Increment 1, focusing on the qualification process for applicants, eligibility criteria, and funding provisions. Applicants must navigate a six-step qualification process to demonstrate system effectiveness, which includes essential testing phases and submission of qualification packages, with a potential funding support of $760,000 for eligible applicants. The document also outlines strict security requirements regarding handling classified information and the necessary compliance for contractor employees involved in the qualification process.
    The document outlines the Transportation Security Administration's (TSA) Qualified Products List (QPL) Checkpoint Property Screening System (CPSS) for Window 3 - Increment 1, detailing the qualification process steps, applicant eligibility, and requirements for funding through an Other Transaction Agreement (OTA). Applicants must successfully complete multiple testing stages, including Certification Testing and Initial Operational Test and Evaluation, to be placed on the QPL. The document also addresses security requirements for contractors and defines communication protocols for inquiries related to the QPL process.
    The U.S. Transportation Security Administration (TSA) has announced the opening of the Checkpoint Property Screening System (CPSS) Qualified Products List (QPL) Window 3 - Increment 1, detailing the qualification process and applicant eligibility requirements. Eligible applicants can receive financial support and must successfully complete various testing phases, including Certification Testing and Initial Operational Test and Evaluation, to qualify for inclusion on the QPL. A draft Basic Ordering Agreement (BOA) will be issued to qualified applicants, while all communications regarding the QPL must be directed to TSA's designated email.
    The TSA is issuing a Request for Information (RFI) regarding the Checkpoint Property Screening System (CPSS) to assess industry capabilities for new screening technologies as current systems reach the end of their useful life. The RFI invites vendors to provide insights on their available solutions across three CPSS configurations (Standalone, Mid-size, Full-size) and sets deadlines for responses and access requests related to sensitive information. Interested parties must respond by December 17, 2019, and follow outlined procedures for gaining access to relevant documents.
    The Draft Basic Ordering Agreement (BOA) outlines the terms and conditions for the provision of Checkpoint Property Screening Systems (CPSS) and associated services to the Transportation Security Administration (TSA). It details the ordering procedures, the authority of the Contracting Officer, compliance with federal regulations, and specifies contractor obligations regarding performance, deliverables, security clearance requirements, and accessibility standards. The agreement anticipates the issuance of multiple BOAs with a period of performance lasting until 2030, contingent upon compliance with TSA's qualification standards and competitive bidding processes.
    The “Transportation Security Administration Configuration Management Qualification Data Package Review” document outlines procedures and responsibilities for reviewing Qualification Data Packages (QDP) related to Transportation Security Equipment (TSE). It details necessary documentation for establishing a developmental baseline, the review process for OEM submissions, and guidelines for acceptance or rejection based on discrepancies noted during the review. The document includes a change history, table of contents, and various support documents necessary for effective configuration management.
    Similar Opportunities
    Request for Information, Air Cargo Screening Qualification Test Qualification Process Guide
    Buyer not available
    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.
    Request for Proposal (RFP) 70T05025R5900N002 - Screening Partnership Program Follow-On Procurement
    Buyer not available
    The Department of Homeland Security, through the Transportation Security Administration (TSA), is soliciting proposals for the Screening Partnership Program Follow-On Procurement under Request for Proposal (RFP) 70T05025R5900N002. This procurement aims to secure qualified contractors to provide security screening services at airports, ensuring compliance with federal standards and TSA procedures. The contract is structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) type, with a ceiling value of $5.3 billion over a 10-year period, emphasizing the importance of effective airport security management. Interested contractors should direct inquiries to Deandre Rawlings at deandre.rawlings@tsa.dhs.gov or Phillip Smith at phillip.smith1@tsa.dhs.gov, with proposals due by the specified deadlines.
    Relocatable Passenger Vehicle Scanning System
    Buyer not available
    The Department of Homeland Security's Customs and Border Protection (CBP) is seeking information regarding the procurement of five Relocatable Passenger Vehicle Scanning Systems as part of its Larger-Scale Non-Intrusive Inspection (NII) program. These advanced systems are designed to enhance the detection of contraband, including dangerous synthetic drugs like fentanyl, by efficiently scanning up to 150 vehicles per hour using low-dose x-rays while allowing occupants to remain inside. The initiative underscores the importance of improving border security and operational capabilities in countering drug trafficking and contraband smuggling. Interested vendors must submit their responses, including capabilities statements and system specifications, by March 5, 2025, to the designated contacts: Aga Frys, Bryan Currier, and Kaitlin Merli at the provided email addresses.
    Transportation Security Administration’s Open Architecture Initiatives
    Buyer not available
    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.
    Preventative Maintenance and Curative Repair Beckman Coulter PT Protection Service Base plus Four Option Years
    Buyer not available
    The Department of Homeland Security's U.S. Secret Service (USSS) is seeking proposals for a task order to provide preventative maintenance and curative repair services under the Beckman Coulter PT Protection Service Plan for three automated liquid handling systems. The procurement aims to ensure that these systems operate in compliance with International Organization for Standardization (ISO) standards, necessitating services from the original manufacturer due to the specialized nature of the equipment and parts. This contract will include a base year with four option years, starting in June 2025, and will prioritize technical capability and key personnel qualifications over price in the evaluation process. Interested contractors can reach out to Melissa Chabot at melissa.chabot@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov for further information.
    Protective Security Officer Services
    Buyer not available
    Special Notice: Homeland Security, Department of is procuring Protective Security Officer Services. These services are typically used for providing armed protective security officer services at various locations in Washington, DC. The Department of Homeland Security is extending the task order under Contract 70RFP218DEC000018 with Triple Canopy, Inc. This extension is to ensure continued protective security officer services in the Washington, DC area while the follow-on effort for these services is awarded and transitioned.
    Protective Security Officer Services
    Buyer not available
    Special Notice: Homeland Security, Department of is procuring Protective Security Officer Services. These services are typically used for providing armed protective security officer services at various locations in Washington, DC. The Department of Homeland Security is extending the task order to Triple Canopy, Inc. to continue these services while they award and transition the follow-on effort for these services.
    Weapons Management System (WMS) New Buys
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the acquisition of a Weapons Management System (WMS) through a combined synopsis/solicitation. This procurement aims to secure new manufactured items from authorized manufacturers, with a focus on compliance with the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR), particularly regarding telecommunications and small business subcontracting plans. The WMS is critical for enhancing the operational capabilities of the Coast Guard, ensuring effective management and deployment of weapon systems. Interested offerors should contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil or call 206-831-4477 for further details, and must adhere to the specified submission requirements and deadlines outlined in the solicitation documents.
    Request for Information: Vehicle Production
    Buyer not available
    The U.S. Secret Service (USSS) is seeking information regarding the production of passenger vehicles, specifically focusing on high payload capacity SUVs. This Request for Information (RFI) aims to assess the availability of commercially available vehicles or those that can be produced within five years, with an emphasis on 4-wheel drive capabilities and compliance with Federal Motor Vehicle Safety Standards (FMVSS). The information gathered will inform future procurement strategies, as the USSS is particularly interested in specifications such as gross vehicle weight rating, passenger capacity, and automotive performance, targeting a payload of 4,400 pounds. Interested vendors must submit their unclassified responses by February 28, 2025, to the designated contacts, Melissa Chabot and Jade Gaston, at the provided email addresses.
    Various Items
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking bids for the procurement of various aviation components essential for operational readiness. The request includes four specific items: a power control quadrant, position sensor, exhaust assembly, and structural fitting, with a required quantity of four units for each item and a delivery deadline set for February 10, 2026. These components are critical for maintaining and enhancing the functionality of aircraft, ensuring safety and efficiency in aviation operations. Interested vendors should direct inquiries to Ashley R. Winslow at Ashley.R.Winslow@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil, and all quotes must clarify shipping costs, particularly if F.O.B. origin is indicated.