Screening Partnership Program Follow-On IDIQ Pre-Solicitation Notice
ID: 70T05024R5900N006Type: Presolicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFTRANSPORTATION SECURITY ADMINISTRATIONMISSION ESSENTIALSSpringfield, VA, 20598, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

HOUSEKEEPING- GUARD (S206)
Timeline
  1. 1
    Posted Nov 6, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 6, 2025, 12:00 AM UTC
  3. 3
    Due Dec 11, 2024, 10:00 PM UTC
Description

The Department of Homeland Security, through the Transportation Security Administration (TSA), is preparing to solicit industry for airport security screening services under the Screening Partnership Program (SPP) Follow-On Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The procurement aims to provide comprehensive screening of passengers and personal property at participating airports, with an anticipated award of approximately nine contracts to small businesses and six to other than small businesses, based on operational efficiency and competition. This IDIQ contract, expected to span from September 2025 to August 2035, will include task orders tailored to specific airport needs, with a draft Request for Proposal (RFP) anticipated to be posted on www.sam.gov in December 2024. Interested parties can direct inquiries to Deandre Rawlings at deandre.rawlings@tsa.dhs.gov or Phillip Smith at phillip.smith1@tsa.dhs.gov, and must monitor the SAM website for updates and the final RFP release.

Files
Title
Posted
The IDIQ Vendor Forum aims to facilitate discussion and updates related to the Screening Partnership Program (SPP), focusing on performance metrics, assessment tools, and new hire processes. The agenda includes opening remarks followed by presentations from key contributors, including Christopher ‘Jason’ Steele on performance metrics and assessment. A segment is dedicated to new hire training and procedures, showing the program's commitment to employee development. The afternoon features a leadership panel, enabling dialogue among senior personnel on essential topics. The forum concludes with closing remarks, reinforcing the significance of collaboration and effective communication within the program. This agenda reflects the government's efforts to ensure quality screening services and training, aligning with broader procurement and operational objectives relevant to federal RFPs and grants.
Jan 6, 2025, 3:05 PM UTC
The Sample Task Order Pricing Attachment outlines the estimated costs for providing passenger and baggage security screening at ACME Airport, identified as a Category II airport, over a 12-month period. The total federal cost estimate is set at $6,514,560 with specified employee compensation rates of $30.00 for Transportation Security Officers (TSOs), $40.00 for Lead Transportation Security Officers (LTSOs), $50.00 for Supervisory Transportation Security Officers (STSOs), and $40.00 for Security Training Instructors (STIs). Proposals must adhere to these rates and staff requirements, suggesting a full-time equivalent staffing level of 47 TSOs, 9 LTSOs, 7 STSOs, and 1 STI based on the TSA Staffing Allocation Model, which considers full-time as 2,088 hours annually. Non-compliance with these conditions may result in proposal disqualification. The document serves as a guide for potential offerors to complete their pricing sheets while ensuring adherence to federal guidelines for employee compensation within security operations at the airport.
Jan 6, 2025, 3:05 PM UTC
Jan 6, 2025, 3:05 PM UTC
Jan 6, 2025, 3:05 PM UTC
Jan 6, 2025, 3:05 PM UTC
The document is an attachment from the HSTS05-15-R-SPP047 SPP IDIQ, detailing responses to various solicitation questions regarding the draft RFP. It is structured in a clear tabular format, listing question numbers, related draft RFP paragraphs, page numbers, and topics. The content aims to address inquiries gathered throughout the solicitation process, providing clarifications and updates to potential bidders about specific aspects of the RFP. This attachment is essential for ensuring transparency and clear communication during the bidding process, aiding vendors in understanding requirements and expectations. By addressing up to 176 draft questions, the document plays a critical role in facilitating informed submissions and compliance with the planned federal contract.
Jan 6, 2025, 3:05 PM UTC
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Qualified Products List Overview and Window Openings for Checkpoint Property Screening System (CPSS)
Buyer not available
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.
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.
70RFPW25QW9000007 VSS TUCSON CAMERA ADDITION
Buyer not available
The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking proposals for the purchase and installation of additional IP cameras at the VSS Tucson Federal Officer Building located at 300 West Congress Street, Tucson, Arizona. This procurement is designated as a 100% small business set-aside and will be awarded under a firm-fixed price contract, adhering to the NAICS code 561621, which encompasses Security Systems Services. The initiative aims to enhance security infrastructure within federal facilities, reflecting the government's commitment to improving surveillance capabilities in response to evolving security challenges. Interested contractors must be registered with the System for Award Management (SAM) prior to contract award, and the Request for Quotation (RFQ) is expected to be posted on SAM.gov around March 25, 2025. For inquiries, potential offerors can contact Contract Specialist Cedric Bedgood at cedric.bedgood@fps.dhs.gov or by phone at 253-532-0365.
S&RTS Mid-Atlantic Ports
Buyer not available
The United States Transportation Command (USTRANSCOM) is preparing to issue a Request for Proposal (RFP) for Stevedoring and Related Terminal Services (S&RTS) at Mid-Atlantic ports, specifically in Charleston (SC), Savannah (GA), Wilmington (NC), and Morehead City (NC). This procurement will involve a single fixed-rate Indefinite Delivery, Indefinite Quantity (IDIQ) contract, effective from September 1, 2025, to August 31, 2030, with a potential six-month extension, and will be awarded based on the Lowest Price Technically Acceptable (LPTA) method. The services are crucial for efficient cargo handling and transportation operations at these strategic ports, ensuring the timely movement of goods. Interested parties should note that the RFP is expected to be available on SAM.gov in early 2025, and they are encouraged to contact Lucy Wells or Nashae J. Perez for further information.
Custodial and Related Services for TSA/DEA at the Los Angeles International Airport (LAX) located in Los Angeles, CA.
Buyer not available
The General Services Administration (GSA) is seeking qualified 8(a) contractors to provide custodial and related services for the Transportation Security Administration (TSA) and Drug Enforcement Administration (DEA) at the Los Angeles International Airport (LAX) in California. The procurement aims to secure comprehensive custodial services, including personnel, equipment, and management, for a total area of 22,325 square feet, with an anticipated performance period from January 1, 2026, to December 31, 2030, encompassing one base year and four option years. This opportunity is crucial for maintaining cleanliness and operational efficiency at a major airport facility, and interested parties must submit their Capability Statements by April 16, 2025, to the designated contacts, Scott Haubert and Tanya Wirth, via email.
Open Broad Agency Announcement - Screening at Speed Program
Buyer not available
Special Notice: Homeland Security, Department of - Open Broad Agency Announcement - Screening at Speed Program The Department of Homeland Security (DHS) Science and Technology Directorate (S&T) has issued an Open Broad Agency Announcement (BAA) for the Screening at Speed (SaS) Program. This program aims to enhance screening processes and technologies. The announcement is not currently accepting submissions, but a separate posting on SAM.gov will be created for future calls under this BAA.
Point Mugu Passenger Air Transportation Services (PMPATS)
Buyer not available
The United States Transportation Command (USTRANSCOM) is preparing to issue a solicitation for passenger air transportation services between Point Mugu, California, and San Nicholas Island, California, as well as China Lake, California. The contract will facilitate military and government civilian passenger movement five days a week, with the potential for additional flights as needed, and will be awarded as a Firm-Fixed Price contract primarily set aside for small businesses. The base period of performance is expected to commence on October 1, 2025, and run through September 30, 2026, with four optional extensions available until September 30, 2030. Interested parties can expect the Request for Proposal (RFP) to be available on SAM.gov around April 23, 2025, and should direct inquiries to MSgt Shawn Creedon at shawn.m.creedon.mil@mail.mil or Thomas M. Fee III at thomas.m.fee2.civ@mail.mil.
TSE Staffing Services
Buyer not available
The U.S. Department of State is seeking qualified contractors to provide staffing services for the Office of Technical Security Engineering (TSE) within the Bureau of Diplomatic Security (DS). The primary objective of this procurement is to enhance training and operational services by supplying certified personnel, including program managers and instructors, who will support various functions such as administrative management, risk management, and the development of training programs focused on counterterrorism and operational objectives. This initiative is crucial for ensuring the security of U.S. personnel and facilities worldwide, emphasizing the need for adherence to security protocols and cultural sensitivity. Interested parties must submit a capabilities package by April 15, 2025, at 4:00 PM EST, and can direct inquiries to Michele Hartigan at hartiganmt@state.gov or John Jerrell at jerrelljw@state.gov.
DEPARTMENT OF STATE WORLDWIDE FACILITY MAINTENANCE SUPPORT SERVICES (FMSS)
Buyer not available
The U.S. Department of State is soliciting proposals for Worldwide Facility Maintenance Support Services (FMSS) under Solicitation No. 19AQMM25R0060, aimed at providing essential maintenance and operational support for approximately 290 U.S. embassies and consulates globally. The contractor will be responsible for supplying technically qualified personnel to assist with the operation, maintenance, repair, and technical assessment of Department of State facilities, ensuring they remain safe, secure, and functional. This contract is critical for maintaining the integrity of U.S. diplomatic missions and will be awarded as a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a ceiling price of $50 million and a performance period of one base year plus four option years. Interested small business entities must submit proposals by April 9, 2025, and can direct inquiries to Jose Vasquez at vasquezj4@state.gov or by phone at 202-445-3759.
Emergency Detention and Related Services Strategic Sourcing Vehicle
Buyer not available
The Department of Homeland Security, through the U.S. Immigration and Customs Enforcement (ICE), is seeking proposals for an Emergency Detention and Related Services Strategic Sourcing Vehicle to enhance detention capabilities nationwide in response to a national emergency declaration at the Southern Border. The procurement aims to secure additional detention beds and related services, including facility operations, secure transportation, medical care, and legal assistance for detainees, in alignment with recent executive orders on immigration enforcement. This initiative is critical for managing increased immigration law enforcement efforts and ensuring compliance with established detention standards. Proposals are due by 2:00 PM EDT on April 7, 2025, with a total funding ceiling of $45 billion over multiple indefinite delivery/indefinite quantity (IDIQ) contracts, and interested parties can contact Sarah West at sarah.a.west@ice.dhs.gov for further information.