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
No information provided.
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.
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.
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.
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.
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.
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.
Request for Information (RFI) MQ-9 Test and Check Out (TACO) Telemetry Receiver System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from potential sources regarding the procurement of a Test and Check Out (TACO) Telemetry Receiver System. This system will be a rugged, transportable platform designed for outdoor use, featuring a shock-mounted rack system and cooling capabilities to ensure functionality in extreme conditions, particularly in desert environments. The Air Force intends to award a single Firm-Fixed Price/Cost Plus Fixed Fee contract for this requirement, with responses to the Request for Information (RFI) due by 5:00 PM EST on May 16, 2025. Interested parties should direct their responses to Matthew Ginder at matthew.ginder@us.af.mil, noting that the government will not compensate for any costs incurred in response to this RFI.
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.
DHS CWMD Personal Radiation Detector (PRD) Maritime Variant RFI
Buyer not available
The Department of Homeland Security (DHS) is conducting a Request for Information (RFI) for Commercial Off-The-Shelf (COTS) Personal Radiation Detectors (PRDs) specifically designed for maritime applications. The DHS's Countering Weapons of Mass Destruction Office (CWMD) seeks to gather insights on the networking and data streaming capabilities of these devices, which must effectively detect gamma and neutron radiation while meeting specific performance standards outlined in the attached requirements document. This initiative is crucial for enhancing national security by improving the detection of radiological materials in maritime environments. Interested vendors are encouraged to submit their technical specifications and compliance information by May 15, 2025, and can direct inquiries to William Grimm at william.grimm@hq.dhs.gov or by phone at 202-601-9823.
Test, Tear-Down, & Evaluation (TT&E) Service of Portable Maintenance Unit (PMU)
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the Test, Tear-Down, and Evaluation (TT&E) Service of Portable Maintenance Unit (PMU) kits. The procurement involves three units, with a requirement for all parts to have clear traceability to the Original Equipment Manufacturer (OEM), Leonardo SPA, ensuring compliance with established quality standards. This service is critical for maintaining the operational integrity of U.S. Coast Guard aircraft, emphasizing the importance of thorough inspections and adherence to safety regulations. Interested vendors must submit their proposals by May 5, 2025, with the anticipated award date on or about May 9, 2025. For inquiries, contact Stacey M. Riggs at stacey.m.riggs@uscg.mil, referencing solicitation number 70Z03825QE0000040.