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 StaderContracting Officer
    jacqueline.stader@tsa.dhs.gov
    Siobhan MullenContract Specialist
    siobhan.mullen@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
    Justification and Approval - Exception to Fair Opportunity (HCL/Harris)
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is issuing a Justification and Approval for an exception to fair opportunity regarding a contract with HCL/Harris for application development software. This procurement is aimed at restricting the number of sources eligible for consideration, in accordance with TSA procedures and Federal Acquisition Regulation (FAR) 16.505(b)(2), designating one awardee interpreted as brand-name. The software is critical for the TSA's enterprise information technology needs, ensuring efficient and secure operations within the agency. For further inquiries, interested parties may contact Michele Reeves at Michele.Reeves@tsa.dhs.gov or by phone at 609-813-3371.
    Agilent Crosslab Silver Preventative Maintenance agreement for the Agilent Gas Chromatography Mass Spectrometer (GC/MS) Triple Quad System
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration, is seeking to establish a preventative maintenance agreement for the Agilent Gas Chromatography Mass Spectrometer (GC/MS) Triple Quad System through the Agilent Crosslab Silver program. This contract aims to ensure the reliable operation and maintenance of critical laboratory equipment used in security screening and analysis. The maintenance services are vital for maintaining the accuracy and efficiency of the GC/MS system, which plays a crucial role in the agency's mission to enhance transportation security. Interested vendors can reach out to Gloria A Uria at gloria.uria@tsa.dhs.gov or Crystal Johnson at Crystal.Johnson2@tsa.dhs.gov for further details regarding this opportunity.
    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.
    F5 Renewal Software and Maintenance Support
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking to procure F5 Renewal Software and Maintenance Support. This opportunity involves a Justification and Approval process that restricts the number of sources eligible for consideration, indicating a preference for a brand-name solution in accordance with TSA procedures. The software and maintenance services are critical for the TSA's enterprise information technology operations, ensuring the continued functionality and security of their IT systems. Interested vendors can reach out to Michele Reeves at Michele.Reeves@tsa.dhs.gov or by phone at 609-813-3371 for further information regarding this procurement.
    U.S. Customs and Border Protection (CBP) Ballistic Shields
    Buyer not available
    The U.S. Customs and Border Protection (CBP) is seeking qualified vendors to provide ballistic shields for its Law Enforcement Safety & Compliance (LESC) Directorate. The procurement involves a Request for Quotes (RFQ) for high-quality, lightweight ballistic shields, which must meet specific technical requirements, including compliance with ASTM International Standards and a 10-year ballistic warranty. These shields are critical for ensuring the safety of law enforcement personnel in various operational environments. Interested parties should note that the due date for submissions has been extended to March 6, 2026, at 2 PM ET, and that contract awards are contingent upon the availability of funds. For further inquiries, vendors can contact Jared A. Tritle at jared.a.tritle@cbp.dhs.gov or John Crockett at JOHN.T.CROCKETT@cbp.dhs.gov.
    Justification and Approval - Exception to Fair Opportunity (Solarwinds)
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is issuing a Justification and Approval for an exception to fair opportunity regarding the procurement of Solarwinds software. This procurement is intended to restrict the number of sources eligible for consideration, allowing for a single awardee based on brand-name specifications, in accordance with TSA procedures and Federal Acquisition Regulation (FAR) 16.505(b)(2). The software, categorized under IT and Telecom - Business Application Software, is crucial for the TSA's enterprise information technology needs, ensuring efficient operations within the agency. For further inquiries, interested parties may contact Michele Reeves at Michele.Reeves@tsa.dhs.gov or by phone at 609-813-3371.
    Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires contractors to provide all necessary labor, materials, and services, with a firm-fixed price contract to be awarded under a 100% small business set-aside, adhering to the NAICS code 561621 and a size standard of $25 million. This procurement is critical for enhancing security measures at the facility, with a performance period of 90 calendar days following the Notice to Proceed. Interested parties should direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, and note that the Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025.
    Travel Management Center (TMC) Support Services
    Buyer not available
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking to procure Travel Management Center (TMC) Support Services to assist in establishing effective travel management processes that meet functional, technical, and security requirements. This procurement is critical for maintaining mission-critical contractor support while transitioning to a new competitive contract, with plans to competitively procure these services by January 2024. The current contract is a sole-source justification to CW Government Travel, Inc. to ensure continuity and cost savings during this transition period. Interested vendors can reach out to primary contact D'Andre Taylor at dandre.taylor@usss.dhs.gov or secondary contact Shauntynee Penix at shauntynee.penix@usss.dhs.gov for further information.
    Request for Information (RFI) Enterprise Physical Access Control System (PACS)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from potential vendors regarding an enterprise-level Physical Access Control System (PACS) through a Request for Information (RFI). The USCG aims to replace outdated security systems with a robust, integrated PACS that enhances physical security across its installations, ensuring compliance with federal mandates and improving identity verification processes. This initiative is critical for mitigating security vulnerabilities and operational risks, with an estimated budget of $16 million for acquisition and $116 million for operations over a ten-year period. Interested parties can reach out to Wendy Paulo at wendy.l.paulo@uscg.mil or call 571-608-9799 for further details.
    ATTLA Certification
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Secret Service (USSS), is seeking information from vendors capable of obtaining Air Transportability Test Loading Activity (ATTLA) certification for a Ford Transit 350HD DW AWD van. The procurement aims to identify vendors who can perform necessary technical analyses, drawings, and reports for certification on military C-17 aircraft, as well as make mechanical modifications to comply with MIL-STD-209. This certification is crucial for ensuring the vehicle's compliance with military transport standards, enhancing its operational readiness for secure transport missions. Interested vendors must submit their responses, detailing their capabilities, project timelines, and risk assessments, by the deadline of four weeks from the posting date. For further inquiries, vendors can contact Taylor Haire at taylor.haire@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov.