On Airport Leased Space- Alexandria, Louisiana (AEX)
ID: JA-REMD-25-0002Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFTRANSPORTATION SECURITY ADMINISTRATIONTSA Direct LeasingEgg Harbor Township, NJ, 08234, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)
Timeline
    Description

    The Department of Homeland Security, through the Transportation Security Administration (TSA), is seeking to award a lease for on-airport space at Alexandria International Airport (AEX) in Alexandria, Louisiana. The government requires a minimum of 1,400 rentable square feet of existing leased space, which must be located on airport property and include all necessary ancillary services as part of the rental agreement. This procurement is significant as it supports TSA operations at the airport, and the government intends to pursue a sole source acquisition unless economically advantageous alternatives are identified. Interested parties should direct inquiries to Sarah Haney at SARAH.HANEY@TSA.DHS.GOV or Teresa McDaniel at Teresa.Mcdaniel@tsa.dhs.gov, noting that this is not a solicitation for offers or proposals, and the government will not reimburse any costs incurred in response to this notice.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    Justification for Other Than Full and Open Competition: TSA Janitorial Services at Newark Liberty International Airport (EWR)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking to modify an existing contract for janitorial services at Newark Liberty International Airport (EWR). The modification aims to expand the scope of services to include an additional 9,221.23 square feet of leased space, increasing the total area to be serviced to 16,886.23 square feet, with the work to be performed seven days a week. This contract action is being executed on a sole source basis, as SRL Total Source, LLC is the only vendor capable of fulfilling the unique requirements of this service. Interested parties can reach out to Michael A Capovilla at michael.capovilla@tsa.dhs.gov for further information regarding this procurement, which has a total firm fixed price value of $719,307.09 and is conducted under FAR Part 13, Simplified Acquisition Procedures.
    ATL Firing Range Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking qualified vendors to provide firing range services in Atlanta, Georgia, under solicitation number 70T05025Q6100N006. The TSA requires an existing indoor firing range within a 30-mile radius of Atlanta International Airport, capable of accommodating at least twelve simultaneous firing points and available for training at least eight days per month. This procurement is crucial for TSA training operations, as it involves specific requirements such as target placement flexibility, distinct firing line indicators, and facilities for firearms cleaning and secure storage. Interested parties must ensure they are registered in the System for Award Management (SAM) and submit their quotes by December 23, 2025, to Delisa Hawkins at Delisa.Hawkins@tsa.dhs.gov, with the contract expected to extend through January 2031.
    Transportation Security Administration’s Open Architecture Initiatives
    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.
    F5 Renewal Software and Maintenance Support
    Homeland Security, Department Of
    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.
    Justification and Approval - Exception to Fair Opportunity (Solarwinds)
    Homeland Security, Department Of
    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.
    Justification and Approval - Exception to Fair Opportunity
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), has issued a Justification and Approval for a contract extension on a sole source basis for IT and telecom business application development support services. This procurement restricts the number of sources provided a fair opportunity to compete, as outlined in FAR 16.505(b)(2), with the rationale detailed in the attached Justification and Approval document. The extension is critical for maintaining continuity in TSA's enterprise information technology operations, ensuring that essential services remain uninterrupted. Interested parties can reach out to Matthew Ashurst at matthew.ashurst@tsa.dhs.gov for further inquiries regarding this opportunity.
    Justification and Approval - Exception to Fair Opportunity (HCL/Harris)
    Homeland Security, Department Of
    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.
    Navy Career Center-Alexandria-VA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,200 usable square feet of commercial retail space in Alexandria, Virginia, to support the Navy Career Center. The leased space must include a secondary egress and sufficient parking for four government vehicles, both during the day and overnight, and must comply with government leasing standards. This opportunity is crucial for providing a functional and accessible location for recruitment activities. Proposals are due by 5:00 PM on January 1, 2026, and interested parties should contact Kenneth J. Bowe at kenneth.j.bowe@usace.army.mil or 443-896-3301 for further details.
    Notice of Intent to Sole Source - Law Enforcement Officer Flying Armed
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), intends to award a sole source contract for a digital Law Enforcement Officer Flying Armed command platform to ESI Acquisition, Inc. This platform is essential for the Law Enforcement/Federal Air Marshal Service and must be hosted in a FedRAMP High authorized Software-as-a-Service (SaaS) cloud environment, ensuring compliance with federal security standards. The TSA is seeking to fulfill this requirement under the authority of FAR 6.302, and while this notice is not a request for competitive proposals, interested parties may express their interest or capability to respond. For further inquiries, interested vendors can contact Kurt Allen at kurt.allen@tsa.dhs.gov.
    Pago Pago TSA Space Renovation, American Samoa
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for the renovation of the TSA space at Pago Pago International Airport in American Samoa. The project involves replacing carpet and cove base, installing a kitchen cabinet system, and painting the entire TSA office area located in Tafuna Village. This renovation is crucial for maintaining operational efficiency and enhancing the working environment for TSA personnel. Interested contractors must submit their proposals electronically to the GSA Contracting Officer, Kasey Wilkie, by 4:00 PM Pacific Time on February 20, 2026, following the guidelines outlined in the solicitation package. For further inquiries, Kasey Wilkie can be reached at kasey.wilkie@gsa.gov or by phone at 702-408-7063.