Request for Information, Air Cargo Screening Qualification Test Qualification Process Guide
ID: 70T04020I9LRCA109Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFTRANSPORTATION SECURITY ADMINISTRATIONSECURITY TECHNOLOGYSpringfield, VA, 20598, USA

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
  1. 1
    Posted Feb 26, 2020, 6:18 PM UTC
  2. 2
    Updated Oct 4, 2022, 6:40 PM UTC
  3. 3
    Due Apr 10, 2025, 5:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2024, 12:20 AM UTC
Mar 28, 2024, 12:20 AM UTC
Mar 28, 2024, 12:20 AM UTC
Mar 28, 2024, 12:20 AM UTC
Mar 28, 2024, 12:20 AM UTC
Lifecycle
Title
Type
Similar Opportunities
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.
Security Systems Maintenance Request for Information
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a Market Survey to identify potential vendors for a Security Systems Maintenance contract. This contract will involve providing corrective maintenance for security equipment across approximately 631 FAA-staffed facilities throughout the United States and its territories, including Guam, Puerto Rico, and Hawaii. The services sought are critical for maintaining the integrity and functionality of various security subsystems, such as access control, intrusion detection, and video management systems, which are essential for national air traffic safety. Interested parties must submit their responses, including a Capability Statement and any relevant certifications, by 9:00 AM ET on April 22, 2025, to the designated contacts, Krystal Au and Patricia Petersky, via email.
Sole Source Special Notice for a Purchase Order for Point Security Inc. to Provide Maintenance and Service for Smiths Detection X-Ray Security-Screening Systems at DOT
Buyer not available
The U.S. Department of Transportation (DOT) is issuing a sole-source special notice to award a contract to Point Security, Inc. for the maintenance and service of two Smiths Detection 6046si X-ray systems utilized in security screening at DOT Headquarters in Washington, D.C. The contractor must be certified by Smiths Detection to ensure proper maintenance and service, as the systems contain high voltage components that require specially trained personnel to prevent damage and ensure safety compliance. The estimated contract value is approximately $10,500 per year, with a performance period from October 1, 2024, through September 30, 2029. Interested firms that believe they can meet the qualifications must submit a Statement of Qualifications via email to the designated contacts by April 23, 2025.
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) is issuing a Sole Source Special Notice to contract 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. The contract will encompass 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. This specialized 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 challenge the sole-source decision by submitting a Statement of Qualifications to the designated contacts by April 25, 2025, at 11:59 PM Eastern Daylight Time.
Repair of TCAS-1 Processor
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking sources for a firm-fixed price repair contract for the TCAS-1 Processor, with a base period of twelve months and up to four additional option periods. The procurement aims to identify qualified contractors capable of repairing the TCAS-1 Processor, part number 805-11900-001, in compliance with FAA or EASA Part 145 certifications, and who have access to necessary maintenance manuals and specifications. Interested parties must respond by April 25, 2025, at 4:00 PM EST, providing their qualifications and capabilities to Gabrielle Berry at Gabrielle.M.Berry2@uscg.mil or Luis Mojica at luis.mojica@uscg.mil, referencing notice number 70Z03825IB0000006.
TRANSITIONAL SHELTERING ASSISTANCE PROGRAM OVERVIEW
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking information from qualified contractors regarding the Transitional Sheltering Assistance (TSA) Program, which aims to enhance temporary lodging solutions for disaster survivors. The TSA program provides short-term sheltering for individuals and families affected by disasters, having successfully accommodated over 319,000 households in the past five years, and FEMA is looking to streamline processes and expand collaborations with private-sector lodging providers to activate housing solutions quickly post-disaster. Interested contractors are invited to submit their capabilities in developing survivor processing portals, system integrations, and payment management, with responses due by April 2025, as the anticipated project launch is estimated for October 2025. For further inquiries, interested parties may contact Lassey Wilson-Bahun at lassey.wilsonbahun@fema.dhs.gov or Keturah Stroy at keturah.stroy@fema.dhs.gov.
5840--X-Ray Baggage Machine
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors for the procurement and installation of an X-Ray Baggage Machine at its Houston Regional Office. The project aims to enhance workplace safety by detecting hazardous materials in packages, which involves conducting a site assessment, procuring the equipment, installing the machine, testing its effectiveness, and providing staff training on operation and maintenance. This Sources Sought notice serves as preliminary market research and is not a request for quotes; interested parties must submit their qualifications and capabilities by April 18, 2025, to Contract Specialist Julie Lemire at julie.lemire@va.gov, with RFQ 36C10D25Q0081 in the subject line.
RFI for Ultrasound Inspection Equipment
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking information regarding Ultrasound Nondestructive Inspection Equipment tailored for multiple aircraft types through a Request for Information (RFI). The objective is to identify potential sources and capabilities that can meet specific inspection requirements, including modern systems capable of capturing, analyzing, and reporting defects in structural components, with features such as the ability to test composite materials and conduct inspections without surface stripping. This RFI is a preliminary step to assess available technology and does not initiate a contract or payment for responses; interested vendors should submit their Capability Statements and detailed descriptions of their systems to Dormey Blankmann at dormey.blankmann@us.af.mil by the specified deadline, with response documents limited to ten pages.
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.
Multi-MDS Fire and Overheat Detection System (FODS) Tester
Buyer not available
The Department of Defense, specifically the Department of the Army, is issuing a Request for Information (RFI) to identify sources for a Fire and Overheat Detection System (FODS) Tester intended for Multi-MDS aircraft. This RFI aims to gather technical information and capabilities related to a tester that meets stringent operational and environmental requirements, including features such as accurate fault diagnosis, real-time feedback, user-friendly operation, rugged durability compliant with military standards, and self-calibration capabilities. The initiative is crucial for enhancing aircraft safety and operational readiness through effective maintenance solutions. Interested vendors should submit detailed technical descriptions, with submissions not exceeding ten pages, to Dormey Blankmann at dormey.blankmann@us.af.mil by the specified deadline, noting that costs incurred in responding will not be reimbursed.