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.
Global Distribution System (GDS)
Buyer not available
The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking information from potential business sources regarding a Global Distribution System (GDS) for travel services. The GDS must be a commercial-off-the-shelf solution that allows for scheduling, hotel reservations, and flight ticketing, with a focus on security and compliance with TSA's requirements. This system is critical for supporting government operations across multiple facilities and must ensure that all data is housed within the United States. Interested parties are invited to submit their capabilities and qualifications by May 2, 2025, at 11:00 AM EST, with responses directed to Michele Reeves at Michele.Reeves@tsa.dhs.gov. This notice serves as a market research tool and is not a request for proposals.
Passenger Terminal Security & Baggage Screening Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Passenger Terminal Security and Baggage Screening Services at Ramstein Air Base in Germany. The procurement aims to secure comprehensive security functions, including unarmed personnel management, baggage screening, identification checks, and surveillance system maintenance, all in compliance with TSA regulations and local laws. This contract is crucial for ensuring the safety and efficiency of passenger terminal operations, supporting military activities at the base. Interested contractors must submit their proposals by May 28, 2025, and can direct inquiries to Darrell Hafer at darrell.hafer.2@us.af.mil or Iris Laub at iris.laub.de@us.af.mil.
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.
Emergency Air Transportation Services
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for emergency air transportation services to support the National Veterinary Stockpile in response to animal disease outbreaks. This procurement involves a fixed-price, Indefinite Delivery Indefinite Quantity (IDIQ) contract set aside for small businesses, requiring vendors to provide comprehensive quotes that include pricing schedules and proof of SAM registration. The services are critical for ensuring the rapid and secure transport of materials, including temperature-sensitive and hazardous items, while adhering to strict safety and regulatory standards. Interested contractors must acknowledge the solicitation amendment and submit their proposals by April 28, 2025, at 1 PM EST, with inquiries directed to Linda Washington at linda.w.washington@usda.gov or by phone at 301-357-4973.
Dallas Firing Range Services
Buyer not available
The Department of Homeland Security, through the Transportation Security Administration, is seeking qualified vendors to provide firing range services in the Dallas area for mandatory training and qualifications of its personnel. The selected facility must be within a 10-mile radius of Airline Drive and Freeport Parkway, equipped with a temperature-controlled indoor environment, at least 20 distinct firing points, and advanced mechanical target systems, while adhering to all applicable safety and environmental regulations. This contract, which is a total small business set-aside, is expected to cover an estimated 1,152 hours of use annually, with a total of approximately 63,000 rounds fired per quarter, and proposals must be submitted by April 25, 2025, to Delisa Hawkins at Delisa.Hawkins@tsa.dhs.gov.
Market Survey-Central Service Area Contract Armed Security Officer Services
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified vendors for Contract Security Officer (CSO) services in the Central Service Area (CSA), which includes states such as Illinois, Indiana, Kansas, Minnesota, New Mexico, Michigan, Ohio, and Texas. The FAA seeks to procure armed security services to protect its employees and facilities from various threats, including theft, terrorism, and unauthorized access, as part of its National Security Officer Services (NSOS) Program. The selected contractor will be responsible for implementing a Facility Security Management Program (FSMP), which includes monitoring access, responding to alarms, and conducting screenings, while adhering to strict operational protocols and maintaining high standards of professionalism. Interested parties must submit their past performance information and capability statements to the primary contact, Donald Sumner, via email by April 30, 2025, to be considered for this opportunity.
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.
Sole Source Special Notice for Maintenance and Service, Including all Parts and Labor, for one Rapiscan Systems Gemini X-ray System used in DOT’s Security-Screening-Process in D. C. Buildings
Buyer not available
The Department of Transportation (DOT) intends to award a sole-source contract to Rapiscan Systems, Inc. for the maintenance and service of a Gemini X-ray system utilized in the security screening process at DOT Headquarters in Washington, D.C. This contract will cover all necessary parts and labor, with an estimated annual value of approximately $10,600, and is expected to span from April 1, 2025, to March 31, 2030. The Gemini X-ray system employs proprietary Z-Backscatter technology, which is critical for detecting low atomic number materials that may pose security threats, necessitating that only certified personnel perform maintenance to avoid warranty voids and ensure safety. Interested parties may submit a Statement of Qualifications to challenge the sole-source decision by April 25, 2025, and should direct inquiries to James Mowery at james.mowery@dot.gov.
Communications Security Equipment
Buyer not available
The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking to procure communications security equipment through a non-competitive contract with General Dynamic Mission Systems. The primary objective of this procurement is to upgrade thirteen KG-175F TACLANE FLEX devices in accordance with the NSA Cryptologic Modernization Phase 2 (CM2) COMSEC office requirements. These devices are critical for ensuring secure communications within the TSA's operations. Interested vendors may express their interest and capability to respond to this requirement, although this notice does not constitute a request for competitive proposals. For further inquiries or potential subcontracting opportunities, interested parties should contact General Dynamic Mission Systems directly.