Contract, Agreement, Acquisition, and Financial Execution Services (CAAFE) for the Department of Homeland Security (DHS) Transportation Security Laboratory (TSL)
ID: 70RSAT25RFI000007Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSSCI TECH ACQ DIVWASHINGTON, DC, 20528, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Homeland Security (DHS) is seeking information for Contract, Agreement, Acquisition, and Financial Execution Services (CAAFE) to support the Transportation Security Laboratory (TSL) within its Science and Technology Directorate. The objective of this procurement is to provide essential services including procurement planning, contract administration, cooperative partnership support, and various office and technical support functions, which are critical for the effective management of complex scientific programs. The anticipated contract will have a five-year performance period, consisting of a one-year base and four one-year options, primarily performed at TSL facilities in Atlantic City, New Jersey. Interested parties must submit their capabilities by email to Robert Marosz at Robert.Marosz@hq.dhs.gov by 11:00 a.m. Eastern Time on October 31, 2025, as this RFI is for market research purposes only and does not constitute a formal solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Homeland Security (DHS) Science and Technology Directorate (S&T) Office of National Laboratories (ONL) Transportation Security Laboratory (TSL) requires Contract, Agreement, Acquisition, and Financial Execution Services (CAAFE). This Statement of Work (SOW) outlines requirements for administrative support, including procurement planning, contract administration, cooperative partnership support, office and technical support (writing, editing, coordination, travel, records management), and project management. The contract has a 5-year period of performance, with a one-year base and four one-year option periods. The work will primarily be performed at the TSL facilities in Atlantic City, New Jersey, with limited situational telework possibilities. Contractor personnel, totaling 5.2 FTEs across four labor categories, must be U.S. citizens, obtain Secret-level clearance and DHS suitability, and adhere to strict security and conduct policies. Deliverables include various acquisition documents, monthly progress reports, a Business Continuity Plan, and post-award conference notes.
    Similar Opportunities
    F5 Renewal Software and Maintenance Support
    Buyer not available
    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.
    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.
    Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation, identified as RFP No. 70RDA226R00000001. This procurement aims to establish a Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a maximum ceiling of $1.5 billion, to provide C-UAS capabilities that address the evolving threats posed by unauthorized unmanned aircraft systems. The contract is divided into two tracks: Track 1 focuses on Hardware/Software and Ancillary Services, while Track 2 encompasses Comprehensive Services, including turnkey solutions and system integration. Interested parties must submit their proposals by December 8, 2025, and can direct inquiries to Leslie Kenser at Leslie.Kenser@hq.dhs.gov or Bjorn Miller at bjorn.miller@hq.dhs.gov for further information.
    The Department of Homeland Security's (DHS) Maritime Capabilities and Innovation - Commercial Solutions Opening Pilot Program (CSOP) General Solicitation
    Buyer not available
    The Department of Homeland Security (DHS) is initiating the Maritime Capabilities and Innovation Commercial Solutions Opening Pilot Program (CSOP) to acquire innovative commercial products and services aimed at enhancing U.S. maritime capabilities. This program, authorized by the National Defense Authorization Act for Fiscal Year 2017, seeks proposals that address various maritime challenges, including technology innovation, program oversight, and supply chain resilience, with a focus on modernizing acquisitions and expanding industry collaboration. Eligible participants include U.S.-based entities such as small businesses, academic institutions, and non-profits, with contract awards potentially reaching up to $25 million, subject to funding availability. Interested parties can submit proposals on a rolling basis until August 5, 2026, and should direct inquiries to Breean Jaroski or Mariah Watt via their provided emails.
    Justification and Approval - Exception to Fair Opportunity (HCL/Harris)
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is issuing a Justification and Approval for an exception to fair opportunity regarding a contract with HCL/Harris for application development software. This procurement is aimed at restricting the number of sources eligible for consideration, in accordance with TSA procedures and Federal Acquisition Regulation (FAR) 16.505(b)(2), designating one awardee interpreted as brand-name. The software is critical for the TSA's enterprise information technology needs, ensuring efficient and secure operations within the agency. For further inquiries, interested parties may contact Michele Reeves at Michele.Reeves@tsa.dhs.gov or by phone at 609-813-3371.
    Justification for Limited Sources - Federal Retirement Calculator Subscription
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking to procure a subscription for a Federal Retirement Calculator through a justification for limited sources. This procurement is aimed at fulfilling specific operational needs within the Workforce & Enterprise Operations office, ensuring that TSA personnel have access to essential retirement planning tools. The justification has been approved in accordance with TSA policies and the Federal Acquisition Regulation 8.405-6, indicating the importance of this software in supporting the agency's workforce management. For further inquiries, interested parties can contact Brandon Prindle at brandon.prindle@tsa.dhs.gov. The procurement does not specify a funding amount or key deadlines, as the government does not intend to respond to this publication.
    Agilent Crosslab Silver Preventative Maintenance agreement for the Agilent Gas Chromatography Mass Spectrometer (GC/MS) Triple Quad System
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration, is seeking to establish a preventative maintenance agreement for the Agilent Gas Chromatography Mass Spectrometer (GC/MS) Triple Quad System through the Agilent Crosslab Silver program. This contract aims to ensure the reliable operation and maintenance of critical laboratory equipment used in security screening and analysis. The maintenance services are vital for maintaining the accuracy and efficiency of the GC/MS system, which plays a crucial role in the agency's mission to enhance transportation security. Interested vendors can reach out to Gloria A Uria at gloria.uria@tsa.dhs.gov or Crystal Johnson at Crystal.Johnson2@tsa.dhs.gov for further details regarding this opportunity.
    Justification for Other Than Full and Open Competition: TSA Janitorial Services at Newark Liberty International Airport (EWR)
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking to modify an existing contract for janitorial services at Newark Liberty International Airport (EWR). The modification aims to expand the scope of services to include an additional 9,221.23 square feet of leased space, increasing the total area to be serviced to 16,886.23 square feet, with the work to be performed seven days a week. This contract action is being executed on a sole source basis, as SRL Total Source, LLC is the only vendor capable of fulfilling the unique requirements of this service. Interested parties can reach out to Michael A Capovilla at michael.capovilla@tsa.dhs.gov for further information regarding this procurement, which has a total firm fixed price value of $719,307.09 and is conducted under FAR Part 13, Simplified Acquisition Procedures.
    Online Database of Preventive and Travel Health Information-Enterprise and Aerial Route Intelligence Subscription Services-Request for Information
    Buyer not available
    The Department of Homeland Security (DHS), Office of Health Security (OHS), is seeking qualified vendors to provide an enterprise-level online database and alert service for preventive and travel health information, as part of a Request for Information (RFI). The objective is to enhance DHS workforce health readiness and epidemiological monitoring through a subscription service that includes features such as aerial route risk mapping, continuous updates on infectious diseases, vaccination requirements, and access to medical facilities. This service is critical for ensuring timely, evidence-based information for risk assessment and travel planning for up to 1,000 users, thereby supporting the health and safety of DHS personnel. Interested parties must submit their capability statements by December 10, 2025, and can contact Mark Namoco at mark.namoco@hq.dhs.gov or Brendan Benisek at Brendan.Benisek@hq.dhs.gov for further information.
    Request for Information: Professional Services (Engineers and Financial/Program Management)
    Buyer not available
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking responses to a Request for Information (RFI) for professional services related to engineering and financial/program management. The USSS aims to identify a strategic partner to provide technical and project management support services for ongoing and future construction projects at the White House Complex and other protected sites in the National Capital Region. This initiative is critical for integrating protective equipment and infrastructure into construction efforts, requiring personnel with Top Secret security clearances and expertise in various engineering disciplines, acquisition/technical writing, and financial management. Interested parties should submit their responses detailing their capabilities and relevant experience by December 9, 2025, to Sarah Diamond at sarah.diamond@usss.dhs.gov and Yu-Jin Kim at yu-jin.kim@usss.dhs.gov.