Technology for Applications, Logistics, Operations, and Networks (TALON)
ID: 70T03026_DraftSOO_TALON_VRRType: Presolicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFTRANSPORTATION SECURITY ADMINISTRATIONENTERPRISE INFORMATION TECHNOLOGYSpringfield, VA, 20598, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)
Timeline
    Description

    The Department of Homeland Security, through the Transportation Security Administration (TSA), is seeking qualified firms to provide IT engineering services under the Technology for Applications, Logistics, Operations, and Networks (TALON) Blanket Purchase Agreement (BPA). The objective of this procurement is to acquire robust and scalable IT support services that will enhance TSA's operational capabilities, modernize IT operations, and improve service delivery to meet evolving challenges. This BPA will cover various IT and operational technology domains, including system design, security engineering, and AI/Machine Learning, with a performance period of up to five years. Interested vendors must submit requests for access to the TSA Virtual Reading Room by December 16, 2025, and can direct inquiries to David Little at David.Little@tsa.dhs.gov or Antonio Jackson at Antonio.jackson1@tsa.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Homeland Security's Non-Disclosure Agreement outlines the terms and conditions for accessing Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Other Sensitive but Unclassified (SBU) data. Signers must comply with specific regulations and procedures for each category, including the Critical Infrastructure Information Act of 2002 for PCII and 49 CFR Part 1520 for SSI. The agreement mandates safeguarding information, prohibiting unauthorized disclosure, and reporting security violations. It also details responsibilities for returning materials and restrictions on altering markings. Violations can lead to access cancellation, administrative, disciplinary, civil, or criminal action, and assignment of royalties to the government or the PCII-owning entity for unauthorized disclosures. The agreement emphasizes the government's right to enforce its terms, inspect for compliance, and maintain all conditions indefinitely unless released in writing.
    The “DRAFT EVALUATION CRITERIA FOR TALON” outlines a two-phase evaluation process for prospective contractors. Phase 1, heavily weighted, focuses on “Experience / Capability” and involves three detailed questions assessing the contractor's ability to manage complex engineering projects within a 24x7x365 operational environment like TSA, supporting over 55,000 users and approximately 40 concurrent projects. Key areas include handling O&M contractor inexperience, resolving post-transition failures, and managing multiple projects simultaneously. Phase 2, “Technical Oral Presentation,” requires contractors to respond to four technical questions and two on-the-spot questions. These questions delve into managing critical incidents, structuring integrated master schedules for diverse IT projects, ensuring proper staffing and mitigating workforce disruptions, and transitioning pricing models from T&M/LH to Firm Fixed Price. The overall purpose is to assess a contractor's technical approach, project management skills, and operational readiness to meet the demanding requirements of the TSA environment.
    The Transportation Security Administration (TSA) has released a draft Statement of Objectives (SOO) for the Technology for Applications, Logistics, Operations, and Networks (TALON) Blanket Purchase Agreement (BPA). This document outlines the strategic objectives for acquiring robust engineering and technical services to support TSA's IT strategic mission goals. The TALON BPA will provide services across various IT and operational technology (OT) domains, including system design, security engineering, modernization, system upgrades, implementation support, communication systems integration, research, and AI/Machine Learning. The scope emphasizes engineering, integration, testing, implementation, and transition services, excluding ongoing operations and maintenance. All services and deliverables must comply with Section 508 accessibility requirements. The BPA has a performance period of five years, with specific deliverables and service level agreements to be defined at the individual Task Order level.
    The Transportation Security Administration (TSA) is announcing a pre-solicitation for its Technology for Applications Logistics, Operations, and Networks (TALON) Blanket Purchase Agreement (BPA). This BPA will acquire IT engineering services to support TSA's mission and strategic goals. A Virtual Reading Room (VRR) containing Sensitive Security Information (SSI) will be made available to interested GSA Multiple Award Schedule vendors. Access to the VRR is restricted and requires TSA approval. Vendors must designate a Senior Corporate Official to manage sensitive information, ensure protections, and certify compliance every 60 days. All individuals requiring access to SSI must pass a Security Threat Assessment, which may include background checks and security clearances. Vendors must submit a list of no more than three individuals by December 16, 2025, at 08:00 AM EST, along with a Data Protection Plan. All employees granted access must sign a Non-Disclosure Agreement and return all SSI before proposal evaluations.
    Lifecycle
    Similar Opportunities
    Trusted Operations, Maintenance, Cybersecurity, Assurance, and Technology (TOMCAT)
    Buyer not available
    The Department of Homeland Security's Transportation Security Administration (TSA) is preparing to solicit proposals for the Trusted Operations, Maintenance, Cybersecurity, Assurance, and Technology (TOMCAT) Blanket Purchase Agreement (BPA), aimed at enhancing its IT services. This procurement will involve the development, implementation, and administration of critical IT services, including operations and maintenance functions, to support TSA's mission of securing the nation's transportation systems. Interested vendors must gain access to a Virtual Reading Room (VRR) containing Sensitive Security Information (SSI) by passing a Security Threat Assessment and submitting required documentation, including a Data Protection Plan. The deadline for vendors to submit a list of individuals for SSI access is December 16, 2025, at 8:00 AM EST, and inquiries can be directed to Michele Reeves or Sarah Trudeau via their respective emails.
    Field Operations & CUstomer Support (FOCUS)
    Buyer not available
    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.
    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.
    Justification and Approval - Exception to Fair Opportunity (Solarwinds)
    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 the procurement of Solarwinds software. This procurement is intended to restrict the number of sources eligible for consideration, allowing for a single awardee based on brand-name specifications, in accordance with TSA procedures and Federal Acquisition Regulation (FAR) 16.505(b)(2). The software, categorized under IT and Telecom - Business Application Software, is crucial for the TSA's enterprise information technology needs, ensuring efficient 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 and Approval - Exception to Fair Opportunity
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), has issued a Justification and Approval for a contract extension on a sole source basis for IT and telecom business application development support services. This procurement restricts the number of sources provided a fair opportunity to compete, as outlined in FAR 16.505(b)(2), with the rationale detailed in the attached Justification and Approval document. The extension is critical for maintaining continuity in TSA's enterprise information technology operations, ensuring that essential services remain uninterrupted. Interested parties can reach out to Matthew Ashurst at matthew.ashurst@tsa.dhs.gov for further inquiries regarding this opportunity.
    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.
    Technology Support Branch (TSB) Engineering Support Services Bridge Extension
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking engineering support services for the Technology Support Branch (TSB) under a contract titled "TSB Engineering Support Services Bridge Extension." This contract aims to provide program management, engineering, and operations support for the migration and sustainment of the J6 Solution Delivery Division (SDD) legacy systems while the replacement Technology Lifecycle Support (TLS) contract is finalized. The services are critical for ensuring the continuity and effectiveness of the DHA's technological operations during this transitional period. Interested parties can contact Leslie Nelson at leslie.s.nelson7.civ@health.mil or 703-681-4267, or Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further information.
    Integrated Traveler Initiative (ITI), continue of LBI services-P00003
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking to modify an existing task order for the Integrated Traveler Initiative (ITI) to continue services provided by Science Applications International Corporation (SAIC). The modification is necessary as the current task order, which is set to expire on January 31, 2023, requires specialized IT management support services that only SAIC can provide due to the unique nature of the services. This initiative is critical for enhancing the efficiency and effectiveness of traveler processing at U.S. borders. Interested parties can reach out to Sharon Hallinan at sharon.e.hallinan@cbp.dhs.gov for further inquiries regarding this sole-source procurement.