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
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Field Operations & CUstomer Support (FOCUS)
    Homeland Security, Department Of
    The Department of Homeland Security, through the Transportation Security Administration (TSA), is initiating a pre-solicitation for the Field Operations & Customer Support (FOCUS) Task Order, aimed at establishing an enterprise-wide IT help desk and specialist support. This procurement will involve providing a Single Point of Contact for IT services across TSA's extensive operations, which support approximately 85,000 employees and contractors at various locations, including airports and headquarters. Interested vendors must gain access to a Virtual Reading Room (VRR) containing Sensitive Security Information (SSI) to prepare their proposals, requiring the designation of a Senior Corporate Official and successful completion of a Security Threat Assessment for up to three individuals by December 18, 2025, at 8:00 AM EST. For further inquiries, vendors can contact Evan Morcom or Hunter Howery via their respective emails.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Screening Information Request (SIR) 697DCK-25-R-00302, aimed at establishing a strategic sourcing contract for the acquisition of various IT supplies and equipment under the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) initiative. This procurement encompasses a wide range of commercial products, including hardware and software, to support the FAA's IT infrastructure, with a focus on enhancing efficiency and reducing costs across the Department of Transportation. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a maximum cumulative ceiling of $4.1 billion, and is set to favor small businesses through a partial set-aside. Proposals are due via email by January 16, 2026, with all inquiries directed to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.
    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.
    Qualified Products List Overview and Window Openings for Checkpoint Property Screening System (CPSS)
    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.
    FY27 Synopsis of City Pair Program
    General Services Administration
    The General Services Administration (GSA) is seeking qualified U.S. airlines to provide passenger transportation services under the City Pair Program, which encompasses over 18,000 domestic and international airport or city pairs. The procurement involves requirement-type contracts for a duration of one year, starting October 1, 2026, with options for additional two-month and one-month periods. These services are critical for nearly all Federal Agencies and authorized users, ensuring efficient travel logistics across the government. Interested airlines must be approved by the Department of Defense and possess appropriate FAA certification, with a Pre-solicitation Conference scheduled for January 14, 2026, and final proposals due between March 4 and April 24, 2026. For further inquiries, contact James Santini at james.santini@gsa.gov or Matthew Racchini at matthew.racchini@gsa.gov.
    2024 Department of Homeland Security (DHS) Directorate of Science and Technology (S&T) Long Range Broad Agency Announcement (LRBAA) 24-01
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking proposals through its Long Range Broad Agency Announcement (LRBAA) 24-01, aimed at funding scientific and technical projects that enhance homeland security capabilities. This five-year initiative, open until May 31, 2029, focuses on three types of research: near-term component gaps, foundational science, and future needs/emerging threats, covering key mission areas such as Counter Terrorism, Border Security, and Cyberspace Security. The submission process involves a three-step approach: Industry Engagement, Virtual Pitch, and Written Proposal, with eligibility extended to various entities, including small businesses. Interested parties can contact John Whipple at john.whipple@hq.dhs.gov or the LRBAA Program Mailbox at LRBAA.Admin@HQ.DHS.GOV for further information.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    Armed Protective Security Officer Services at Customs and Border Protection Locations throughout Puerto Rico for Federal Protective Service
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is soliciting proposals for Armed Protective Security Officer (PSO) services at Customs and Border Protection (CBP) facilities throughout Puerto Rico. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement with fixed hourly rates, covering an estimated 750,000 service hours over a five-year period, with a minimum guarantee of $100,000. This procurement is a competitive 8(a) small business set-aside, emphasizing the importance of security services in safeguarding federal facilities. Interested parties must submit proposals by December 8, 2025, at 3:00 PM Eastern Time, and are encouraged to contact Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov for further information and to attend a pre-proposal conference on November 21, 2025.
    Travel Management Center (TMC) Support Services
    Homeland Security, Department Of
    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.