ContractSolicitation

Request for Proposal (RFP) 70T05025R5900N002 - Screening Partnership Program Follow-On Procurement

DEPARTMENT OF HOMELAND SECURITY 70T05025R5900N002
Response Deadline
Mar 13, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, through the Transportation Security Administration (TSA), is soliciting proposals for the Screening Partnership Program (SPP) under Request for Proposal (RFP) 70T05025R5900N002, which aims to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for security screening services at airports nationwide. The procurement seeks comprehensive screening of passengers and baggage, with a contract duration anticipated from September 2025 to August 2035, allowing for tailored task orders based on specific airport needs. This initiative is crucial for maintaining security standards in air transportation, with an estimated contract ceiling of $5.3 billion over the ten-year period. Interested contractors must submit their proposals by March 24, 2025, and can direct inquiries to Deandre Rawlings at deandre.rawlings@tsa.dhs.gov or Daniel Adams at daniel.adams1@tsa.dhs.gov.

Classification Codes

NAICS Code
488190
Other Support Activities for Air Transportation
PSC Code
S206
HOUSEKEEPING- GUARD

Solicitation Documents

48 Files
SPP IDIQ FINAL RFP 70T02025R5900N002.pdf
PDF2924 KBFeb 11, 2025
AI Summary
The document outlines the Request for Proposals (RFP) for the Screening Partnership Program (SPP) managed by the Transportation Security Administration (TSA). It mandates that qualified private screening companies provide comprehensive security screening services at airports, ensuring compliance with federal standards. Key responsibilities include passenger and baggage screening, implementation of TSA Standard Operating Procedures (SOPs), and adherence to safety and operational requirements during airport transitions. Major components include expectations for contractor qualifications, which require U.S. ownership and control, staff qualifications, and effective training strategies. The contract emphasizes continuous risk management, performance monitoring, and incident reporting to maintain a high standard of security. Moreover, it mandates the development of detailed transition plans to smoothly shift responsibilities between contractors without disrupting airport operations. The purpose of this document is to ensure that contractors meet specified operational standards while providing efficient and secure screening services, thereby supporting TSA’s mission of safeguarding national transportation systems. The RFP structure includes various sections detailing processes, reporting mechanisms, and compliance measures to foster collaboration between TSA and contractors during implementation.
Attachment A - IDIQ Minimum Guarantee Task Order 0001 Statement of Work.pdf
PDF201 KBMar 25, 2025
AI Summary
The Statement of Work (SOW) outlines the participation requirements for contractors attending the Department of Homeland Security's Transportation Security Administration (TSA) IDIQ Contractor Forum as part of the Screening Partnership Program (SPP). This two-day event at TSA Headquarters in Springfield, VA, aims to familiarize contractors with SPP procedures concerning screening operations, staffing, and scheduling. Contractors must register 30 days prior to the forum and are responsible for their travel costs. Key deliverables include attendance and active participation across both days, with each contractor allowed to send up to four representatives. Security protocols necessitate attendee check-ins, and participation compliance is critical, as failure to attend or sign the attendance sheet is deemed nonperformance. The forum will cover topics such as IDIQ contract management, contractor performance metrics, and the training process for new hires. As part of the minimum guarantee for the IDIQ contract, each awarded contract recipient will receive a task order of $5,000, ensuring their engagement in the forum to enhance collaboration and operational insight within TSA's privatized screening framework.
Attachment C - Terms and Conditions ITAR-09494.pdf
PDF612 KBMar 25, 2025
AI Summary
The document outlines the terms and conditions for participating in the Screening Partnership Program, focusing on cybersecurity, compliance, and vendor responsibilities. Contractors must adhere to stringent cybersecurity policies as per DHS and TSA standards, ensuring that all personnel have necessary clearances and that sensitive information is safeguarded according to federal regulations. Key requirements include implementing robust cybersecurity trainings, conducting regular system audits, maintaining proper access controls, and ensuring disaster recovery plans are in place to protect TSA data integrity. The document emphasizes continuous compliance with federal security standards, such as the Risk Management Framework (RMF) and guidelines from the National Institute of Standards and Technology (NIST). Moreover, contractors must maintain detailed records, report vulnerabilities, and engage in regular audits and contingency planning. Additionally, there are specific directives for using cloud services, including FedRAMP compliance and identity and credential management as per HSPD-12. Overall, this document elucidates the rigorous framework contractors must follow to effectively support TSA operations while safeguarding sensitive information.
Attachment D - Past Performance Questionnaire.pdf
PDF142 KBMar 25, 2025
AI Summary
The document outlines a Past Performance Questionnaire designed for contractors participating in the TSA Screening Partnership Program. It is intended to evaluate contractors' past performance based on various criteria that include quality of service, schedule adherence, cost management, and overall management effectiveness. Respondents are required to provide detailed information about the contractor, including their role, contract number, and performance duration. A structured rating scale—ranging from Exceptional to Unsatisfactory—allows respondents to assess various dimensions of the contractor's performance, with explanations required for any ratings below satisfactory. The survey also includes sections specifically addressing compliance with small business subcontracting and regulatory requirements. This questionnaire plays a critical role in the selection process for federal contracts and grants by helping evaluate contractors' past work to inform future procurement decisions. It aims to ensure that only capable contractors are awarded contracts based on their historical performance metrics.
Attachment F - ESTIMATED CONSUMABLES LIST.pdf
PDF84 KBMar 25, 2025
AI Summary
No AI summary available for this file.
Attachment B - IDIQ Pricing Sample Task Order.xlsx
Excel21 KBFeb 12, 2025
AI Summary
The document outlines the pricing attachment for a federal task order related to providing passenger and baggage security screening services at ACME airport, categorized as a Category II airport, over a 12-month period. It specifies a Federal Cost Estimate of $6,514,560, detailing various labor categories such as Transportation Security Officers (TSOs), Lead Transportation Security Officers (LTSOs), Supervisory Transportation Security Officers (STSOs), and Security Training Instructors (STIs), along with their associated hourly compensation rates. The compensation rates must meet or exceed the minimum requirements set by the Aviation Transportation Security Act (ATSA), with a staffing model suggesting 47 TSOs, 9 LTSOs, 7 STSOs, and 1 STI for optimal operation. Proposals must align with the federal estimate and comply with compensation guidelines to avoid ineligibility for award. The structure highlights the importance of adhering to federal standards and personnel requirements in government RFP submissions.
Attachment G - TRAINING REQUIREMENTS.pdf
PDF137 KBMar 25, 2025
AI Summary
The document outlines the Operations Management Plan requirements for private contract screeners under TSA guidelines. It emphasizes the Contractor's responsibility for managing screener training to meet the qualifications set forth in federal law (49 U.S.C. 44935). Key training components include initial training, recurrent training, remedial training, and recertification. Contractors must ensure private screeners complete successful training and maintain thorough documentation, including any remedial training for failures in assessments conducted by TSA. The role of Training Instructors is detailed, distinguishing between Security Training Instructors (STIs) and Assistant Training Instructors (ATIs), each requiring specific qualifications and experience. The Contractor is tasked with coordinating training schedules, documenting compliance with TSA standards, and communicating performance metrics to TSA officials. TSA retains oversight of the proficiency evaluation process and provides assessors for performance evaluations. The document serves as a guideline for fostering compliance in security screening operations and enhancing the overall effectiveness and safety in airport security management.
70T05025R5900N002_SF-33.pdf
PDF864 KBMar 12, 2025
AI Summary
This document is a solicitation form for the procurement of supplies or services under a Rated Order as per the Defense Priorities and Allocations System (DPAS). It outlines essential contract details such as the contract number, solicitation number, issuing agency, and submission requirements for sealed offers. The document specifies that late submissions are subject to strict regulations and provides a structured table of contents, including evaluation factors, instructions to offerors, and contract clauses. Offerors are required to agree to deliver the specified items within a designated timeframe upon acceptance of their offer, which remains valid for 60 calendar days unless otherwise stated. Amendments to the solicitation must be acknowledged by the offeror. The document concludes with sections reserved for the government to indicate acceptance, amount, accounting details, and the signature of the contracting officer. Overall, this solicitation emphasizes compliance, clarity, and the formalities involved in government procurement processes, ensuring that offerors adhere to set deadlines and conditions to facilitate efficient contracting and procurement activities.
SPP IDIQ FINAL RFP 70T02025R5900N002 Amendment 00001.pdf
PDF1189 KBMar 25, 2025
AI Summary
The file details a Request for Proposal (RFP) by the Transportation Security Administration (TSA) for the Screening Partnership Program (SPP), which focuses on providing security screening services at airports via qualified private companies. The contract is an Indefinite Delivery, Indefinite Quantity (IDIQ) type, with a ceiling value of $5.3 billion over a 10-year duration, allowing for tailored task orders based on specific airport needs. Key responsibilities outlined include implementing security screening for passengers and baggage, adherence to TSA Standard Operating Procedures (SOPs), and ensuring compliance with federal standards. The contractor must maintain operational readiness, conduct thorough training, manage staffing effectively, and communicate incident reports. A structured transition plan for onboarding personnel and a seamless shift of responsibilities from incumbent to new contractors is required. The contractor is also responsible for customer service, addressing passenger inquiries and claims, and handling lost or unclaimed property. This document establishes a cooperative relationship between the TSA and the contractor, ensuring the security of the nation’s transportation while defining roles, responsibilities, and expectations for operational excellence.
Attachment B - IDIQ Pricing Sample Task Order_2.20.25.xlsx
Excel21 KBMar 25, 2025
AI Summary
This document outlines a sample task order pricing attachment for providing passenger and baggage security screening services at ACME airport, categorized as a Category II airport, over a 12-month period. The federal cost estimate for the project is $6,514,560, with specific pricing for various labor categories, including Transportation Security Officers (TSO), Lead Transportation Security Officers (LTSO), Supervisory Transportation Security Officers (STSO), and Screening Transportation Inspectors (STI). Each labor category has a designated minimum hourly compensation rate aligned with the ATSA requirements. Offerors must complete the pricing sheet accurately and their total offers must not exceed the federal cost estimate, ensuring compliance with employee compensation standards. Furthermore, failure to meet these criteria will lead to disqualification from the proposal award process. The document emphasizes the importance of proposing adequate staffing levels to maintain effective operational screening, as recommended by the TSA Staffing Allocation Model. Overall, the work aims to enhance security measures while adhering to federal guidelines and maintaining operational efficiency.
SF30 - SPP IDIQ FINAL RFP 70T02025R5900N002 AMD 00003.pdf
PDF601 KBMar 25, 2025
AI Summary
The document serves as an amendment to a federal solicitation under the Transportation Security Administration (TSA). It states that offers must acknowledge receipt of this amendment before the specified deadline, with instructions on how to do so. The amendment revises the proposal submission requirements, establishing a minimum acceptance period of 270 calendar days for proposals. Vendors can propose longer periods, but submissions allowing less than the minimum may be rejected. Key elements include the process for acknowledging the amendment, implications for modifying an already submitted proposal, and specifics about the administrative aspects of the contract. The document outlines the conditions under which contractors may modify an offer or contract, ensuring compliance with statutory requirements. It emphasizes that the contracting officer's signature is not mandatory for solicitation amendments, while clarifying details regarding the effective date, agency codes, and accounting data required for modifications. Overall, the amendment aims to facilitate a fair and organized procurement process by clearly defining proposal submission and acknowledgment procedures.
SF30 - SPP IDIQ FINAL RFP 70T02025R5900N002 AMD 00002.pdf
PDF285 KBMar 25, 2025
AI Summary
The document serves as an amendment to a federal solicitation, detailing essential changes that must be acknowledged by contractors when submitting their offers. Key modifications include the revision of critical date references, updates to the pricing task order attachment, and the removal of specific FAR clauses related to non-discriminatory practices and compliance evaluations. The criteria for evaluating proposals have been clarified, particularly regarding corporate experience and past performance, emphasizing relevant work completed after March 2022. Offerors are instructed to submit concise narratives showcasing their experience and must include specific contract information to validate past performance. Additional guidance regarding the provision of past performance references is included, stressing the importance of accuracy and responsiveness from listed contacts. Furthermore, an advisory note has been added, cautioning that system updates may not reflect current policy changes, which could affect compliance requirements during contract evaluation. The amendment underscores the critical nature of adherence to updated solicitation terms while affirming that all other contract terms remain unchanged.
Attachment H - SUITABILITY DETERMINATIONS.pdf
PDF175 KBMar 25, 2025
AI Summary
The document outlines the suitability determination requirements for contract screeners in relation to TSA contracts. It is divided into sections detailing the pre-appointment (Phase I) and background investigation (Phase II) processes necessary for contractor employees. Key points include: 1. Contractors must collect necessary TSA forms during the application process and manage personal identifiers for candidates in a secure spreadsheet format. 2. The TSA's Personnel Security (PerSec) conducts the pre-appointment determination, involving evaluations of criminal history, credit reports, and other vetting checks. 3. A favorable pre-appointment determination allows contractors to commence employment, while an unfavorable finding mandates immediate removal from the contract. 4. For those in non-screener roles, similar information collection and vetting processes are required, with final suitability determinations based on comprehensive background investigations. The document emphasizes strict adherence to security protocols, personal data protection, and prompt communication of any changes in employment status. These processes ensure individuals working in TSA facilities maintain the required suitability standards to promote security efficiency and compliance with contract obligations.
SF30 - SPP IDIQ FINAL RFP 70T02025R5900N002 AMD 00001.pdf
PDF104 KBMar 25, 2025
AI Summary
This document serves as an amendment to a federal solicitation identified by the control number 70T02025R5900N002. Its primary purpose is to inform contractors of necessary procedures regarding the acknowledgment of the amendment receipt, which must be submitted by specific methods before the outlined deadline. The amendment updates the clarification date to March 3, 2025, impacting the timeline for responses to the solicitation. Additionally, contractors are instructed that failure to acknowledge the amendment within the specified timeframe may lead to rejection of their offers. The form outlines various sections for modification and administrative changes to contracts, ensuring clarity regarding the terms and conditions that remain in effect. Maintaining compliance with the Federal Acquisition Regulation (FAR) and consolidating administrative requirements for contractors is crucial for the continuation of the solicitation process. This amendment showcases the government's efforts to streamline communication and ensure adherence to procedural guidelines within federal procurement practices.
Attachment E - SAFETY ACT BLOCK DESIGNATION NOTICE.pdf
PDF98 KBMar 25, 2025
AI Summary
The Department of Homeland Security (DHS) has issued a Block Designation Notice for the Transportation Security Administration's (TSA) Screening Partnership Program (SPP), as per the SAFETY Act of 2002. This designation allows SPP participants to apply for inclusion in the Block, which recognizes the deployment of relevant technologies for anti-terrorism efforts. Applications will be reviewed by the Office of SAFETY Act Implementation (OSAI) within 90 days, contingent upon submission of a complete application. Applicants must provide necessary insurance information for third-party claims related to acts of terrorism. The Block Designation, labeled BD-17, will expire on July 31, 2025, but does not affect existing designations. The DHS retains the right to modify this designation at any time. For further guidance, applicants are directed to the SAFETY Act website or the help desk. This initiative underscores the government's commitment to enhancing security technology capabilities within the TSA framework.
Attachment I - ACRONYMS AND DEFINITIONS.pdf
PDF450 KBMar 25, 2025
AI Summary
The document outlines the protocols and plans necessary for contractors providing screening services under the TSA framework. It begins with a Kick-Off Meeting, aimed at establishing communication and setting performance expectations. Key processes include the On-boarding of screeners, which encompasses recruitment and suitability assessments, distinct from training. The Operations Management Plan details how contractors will manage their operations per the Statement of Work (SOW), including quality control and TSA compliance. Additional sections discuss the Passenger and Baggage Claims Plan for managing customer claims, a Performance Incentive Plan linking monetary awards to contractor performance, and both the Performance Information Management System and Performance Measurement Information System for operational data handling. The Staffing Allocation Model is explained as a tool to determine necessary screener numbers based on various airport factors. Lastly, the document addresses the SSI Management Plan for handling Sensitive Security Information, the Succession Strategy for workforce continuity, and the Task Order process for specific airport contracts. Transition details outline milestones for assuming screening responsibilities, while Vetting refers to the security reviews required for personnel eligibility with the TSA. Collectively, these components provide a framework for effective airport security operations within federal guidelines.
Attachment J - DHS Form 700-23.pdf
PDF784 KBMar 25, 2025
AI Summary
The DHS Subcontracting Plan Review Checklist outlines critical elements that must be included in subcontracting plans submitted by contractors to the Department of Homeland Security (DHS) in compliance with FAR 19.704. It is the responsibility of the Contracting Officer (CO) to verify completion of this checklist, which ensures that appropriate goals for small business utilization are defined and that the subcontracting plan is comprehensive. Key components include setting percentage goals for small business subcontractors, detailing a method for developing these goals, identifying responsible personnel, and committing to equitable opportunities for small businesses. The contractor must provide assurances regarding compliance, including timely payments to small subcontractors and cooperation in data collection for compliance studies. Additionally, the document emphasizes the importance of including specific assurances and maintaining detailed records related to subcontracting compliance. Overall, the checklist serves as a structured approach to ensure small business participation in federal contracts, thereby supporting the economic growth of small enterprises. The process culminates in necessary approvals from various stakeholders before a contract can be awarded.
SF30 - SPP IDIQ FINAL RFP 70T02025R5900N002 AMD 00006.pdf
PDF269 KBMar 25, 2025
AI Summary
This document outlines an amendment to a solicitation related to a federal contract. It specifies that offers must acknowledge receipt of the amendment before the specified deadline to avoid rejection. The amendment revises several sections, including the requirement for a Small Business Subcontracting Plan for large businesses and modifications to proposal preparation instructions. Key changes include updates to evaluative factors related to corporate experience, a revision of the proposal submission deadline to March 31, 2025, at 1:00 PM EDT, and the inclusion of additional resources for offerors through the upload of clarification documents on Sam.gov. The amendment reinforces that all original terms and conditions remain unchanged, emphasizing compliance with established guidelines and submission protocols. This enhances the solicitation's clarity and guides prospective offers in the preparation of their proposals.
SF-30 - SPP IDIQ 70T02025R5900N002 AMD 00005.pdf
PDF394 KBMar 25, 2025
AI Summary
This document details an amendment to a government solicitation, outlining important procedural changes for contractors responding to the Request for Proposals (RFP). Key modifications include revisions to evaluation criteria, staffing management, and IT security requirements, as well as updates to subcontracting obligations and the inclusion of new forms and attachments. Significantly, the amendment emphasizes the need for contractors to acknowledge receipt of changes and provides specific methods for doing so to avoid rejection of their proposals. Among the notable updates, the evaluation factors for past performance and corporate experience have been refined to ensure more relevant submissions. The contractor's innovation is encouraged through a dedicated pipeline for submitting ideas to enhance TSA operations. Additionally, compliance requirements around personnel management, IT security training, and sustainability practices, including waste reduction and use of eco-friendly products, have been emphasized to align with federal standards. Overall, this amendment aims to clarify expectations, improve proposal compliance, and ensure that government contracts meet contemporary operational standards while fostering innovation in the procurement process.
SF30 - SPP IDIQ FINAL RFP 70T02025R5900N002 AMD 00004.pdf
PDF600 KBMar 25, 2025
AI Summary
This document outlines the procedural requirements for acknowledging an amendment to a solicitation under federal contracting processes. Bidders must confirm receipt of this amendment before the specified deadline, either by returning a completed document or through electronic communication that identifies the solicitation and amendment numbers. Failure to acknowledge timely may lead to rejection of the bid. The document also details instructions for making modifications to offers already submitted and clarifies that a contractor is not required to sign the amendment form. Importantly, the amendment affects the submission timeline, extending the proposal deadline to March 24, 2025, by 5:00 PM EDT. Furthermore, it includes specific coding and documentation requirements for amendments and modifications, ensuring compliance with government contracting standards. The document emphasizes maintaining all other existing terms and conditions unless explicitly modified. Overall, this amendment aims to facilitate clear communication and compliance within federal procurement activities.
70T05025R00N002 _Industry Clarification Q and A_3.14.25.xlsx
Excel34 KBMar 25, 2025
AI Summary
The solicitation document RFP_70T05025R5900N0002 pertains to a federal contract for Transportation Security Services under an Indefinite Delivery/Indefinite Quantity (IDIQ) program. The primary purpose is to solicit proposals for security screening services at airports, focusing on corporate experience, program management approach, past performance, and pricing. The document outlines proposal submission requirements, including a detailed Small Business Subcontracting Plan and clarifications on compensation and staffing. Key components include an emphasis on small business utilization, a request for clarification on various operational requirements, and guidelines for proposal preparation. Amendments to the RFP address specific questions from potential bidders regarding experience, labor rates, and staffing expectations. The proposal deadline is set for March 13, 2025, at 5 pm. The RFP highlights the importance of innovative approaches to enhance airport security efficiency while requiring that all offerors maintain specific compensation standards aligned with federal regulations. The document illustrates the government's commitment to improving screening operations while fostering small business participation in a competitive procurement environment. The contract is expected to span a period of 10 years, directly impacting operational effectiveness in securing transportation systems.
70T05025R5900N002- SF33.pdf
PDF793 KBMar 25, 2025
AI Summary
The document serves as a solicitation for bids under the Defense Priorities and Allocations System (DPAS), specifying the need for sealed offers to furnish supplies or services outlined in the attached schedule. It provides details such as the contract number, solicitation number, type of solicitation, and the deadline for offer submission. The structure includes various sections, including evaluation factors for award, instructions to offerors, contract clauses, and specific requirements for delivery and performance. Important notes emphasize the treatment of late submissions and the acknowledgment of any amendments to the solicitation. The offeror must complete their submission within a designated timeframe, which is typically 60 calendar days unless specified otherwise. The document further outlines payment procedures, invoicing addresses, and authoritative signatures needed for the bidding process. This solicitation reflects the government's procurement protocol aimed at ensuring fair competition and adherence to federal regulations within the contracting framework.
AMD 00007 - 70T05025R5900N002- SF33.pdf
PDF793 KBMar 12, 2026
AI Summary
This document is a Standard Form 33,
SF30 - SPP IDIQ FINAL RFP 70T02025R5900N002 AMD 00007.pdf
PDF440 KBMar 12, 2026
AI Summary
This amendment to solicitation 70T02025R5900N002, dated February 11, 2025, introduces several key revisions. The contract's ordering period is extended to 10 years, and task orders can last up to five years. Significant updates include changes to the 'Task Order Ordering Period,' 'Corporate Experience,' and 'Past Performance' sections. The amendment also revises sections C.3.2, C.5.1, C.5.1.1, C.9, and E.6, along with 'Contract Duration,' 'Contract Administration Data,' and 'Estimated Consumables List.' Additionally, new clauses are incorporated, such as 'Limitation on Payments to Influence Certain Federal Transactions,' 'Contractor Code of Business Ethics and Conduct,' and 'Combating Trafficking in Persons,' while others are deleted. Offerors must acknowledge this amendment to ensure their proposals are considered.
Attachment F - ESTIMATED CONSUMABLES LIST.v2.pdf
PDF93 KBMar 12, 2026
AI Summary
Attachment F, titled "ESTIMATED CONSUMABLES LIST," provides a non-exhaustive list of screening consumables and ancillary items that a Contractor must supply for the work outlined in the RFP. This document is intended to aid in initial planning for federal government RFPs, federal grants, and state and local RFPs. The list includes a variety of items crucial for maintenance and screening services, such as Nitrile Gloves, Sample Swabs, Verification Tokens, Isopropyl Alcohol, Distilled Water, and Collection Papers. It also specifies items like Calibration Traps, Sample Traps, Saturated Swabs, Saturated Wipes, Toner Cartridges, and various batteries. The inclusion of PPE (face shields, cleaning supplies, additional gloves, and face masks) underscores the importance of safety. This list helps potential contractors understand the scope of materials required for fulfilling the contract's screening and maintenance obligations.
Attachment I - ACRONYMS AND DEFINITIONS.pdf
PDF450 KBMar 12, 2026
AI Summary
This government file defines key terms related to federal security screening contracts, likely for the Transportation Security Administration (TSA). It outlines critical processes such as the Kick-Off Meeting (post-award conference) to onboard contractors and discuss performance, and On-boarding for new screener hires (recruiting, assessment, and suitability determination). The document details various plans, including the Operations Management Plan for managing the scope of work and quality control, the Passenger and Baggage Claims Plan for addressing claims, and the SSI Management Plan for Sensitive Security Information. It also mentions a Performance Incentive Plan for monetary awards based on performance and systems like the Performance Information Management System for data reporting. The Staffing Allocation Model (SAM) is introduced as a TSA tool for estimating screener numbers, considering factors like airport configuration and passenger loads. The document concludes by defining Succession Strategy, Task Order, Transition, and Vetting, all crucial for contract execution, workforce management, and security review within the context of providing checkpoint and baggage screening services at airports.
70T05025R5900N002_CLAIRIFICATIONS_3.25.25.xlsx
Excel21 KBMar 12, 2026
AI Summary
The document pertains to the Transportation Security Administration’s (TSA) Screening Partnership Program (SPP) IDIQ RFP, specifically focusing on Amendment 6, which revises section L.5.1.1 regarding corporate experience in proposals. The main topic revolves around the inclusion of corporate experience from the prime vendor's named subcontractors, permitting this if the proposal clearly defines the subcontractors' meaningful roles. The solicited format limits submissions to a three-page narrative and no more than three one-page contract references. Government clarifications state that offerors are required to cite all amendments on the SF-33 form and attach applicable SF-30 forms for each amendment. Additionally, if an offeror submits fewer than three contract references, they cannot reassess the remaining pages to expand their narrative. This amendment ensures clarity in the requirements for corporate experience submissions in RFP responses, maintaining a structured and concise proposal format essential for evaluation purposes.
70T05025R5900N002_CLARIFICATIONS_3.24.25.xlsx
Excel21 KBMar 12, 2026
AI Summary
The document pertains to the Transportation Security Administration's (TSA) Screening Partnership Program (SPP) IDIQ, specifically addressing revisions to the proposal submission requirements outlined in Solicitation No. 70T05025R5900N002. The government confirms that the overall page limit for Factor 1: Corporate Experience remains at 6 pages. Factor 1 now consists of two sections: a narrative up to three pages detailing the company's corporate experience and a supplementary section with no more than three one-page contract references. The amendment clarifies that changes to Factor 1 do not affect Factor 2: Past Performance requirements, which are evaluated independently. This communication underscores the need for precise adherence to RFP stipulations during the proposal preparation process, ensuring clarity in the requirements for potential contractors.
SF30 - SPP IDIQ FINAL RFP 70T02025R5900N002 AMD 00006.pdf
PDF269 KBMar 12, 2026
AI Summary
This amendment revises Request for Proposal (RFP) 70T05025R5900N002, updating several key sections. It modifies section L.5.3.2 on Required Proposal Compliance Information, specifically for Small Business Subcontracting/Utilization Plans for large businesses, outlining TSA's FY25 procurement goals. Section L.3, General Proposal Preparation and Instructions, is revised to clarify page limits for Factor 1: Corporate Experience, specifying a three-page narrative and up to three one-page contract references. Section L.5.1.1, Factor 1: Corporate Experience, is updated to detail the content required for the narrative and contract references. Section M.3.1, Factor 1: Corporate Experience, also sees a minor revision to its evaluation criteria. The deadline for proposal submissions via email to the listed POCs is extended to March 31, 2025, 1:00 PM EDT. Additionally, the SF-33 form is revised to reflect this new submission time. Finally, an Excel spreadsheet, 70T05025R5900N002_CLARIFICATION_3.21.25, has been uploaded to Sam.gov to address further clarification questions from the industry. All other terms and conditions of the original RFP remain unchanged.
70T05025R5900N002- SF33.pdf
PDF793 KBMar 12, 2026
AI Summary
This document is a Standard Form 33,
70T05025R5900N002_CLARIFICATION_3.21.25.xlsx
Excel20 KBMar 12, 2026
AI Summary
The document addresses several clarifications regarding the Request for Proposals (RFP) for airport screening services under Solicitation Number SPP IDIQ RFP_70T05025R5900N0002. It emphasizes the requirement for offerors to submit a Past Performance Questionnaire (PPQ) directly to TSA representative DeAndre Rawlings, questioning whether this should be sent by references or included in the proposal submission. Additionally, the document raises concerns about the Small Business Subcontracting Plan, specifically the absence of defined small business goals on the DHS Form 700-23. There is also an inquiry about the corporate experience requirement, which is subject to a three-year limit, yet offers significant experience exceeding this timeframe. The lack of clarity on whether the full duration of experience can influence evaluation is highlighted, questioning if only the last three years will be considered or if additional experience can also be factored in. Overall, the content reflects the complexities and ambiguities surrounding proposal submissions, particularly in defining requirements for corporate experience and small business utilization, emphasizing the need for clear guidelines from the TSA.
70T05025R00N002 _Industry Clarification Q and A_3.14.25.xlsx
Excel34 KBMar 12, 2026
AI Summary
The document is a Request for Proposal (RFP) for the Screening Partnership Program (SPP) IDIQ, identified by Solicitation Number SPP IDIQ RFP_70T05025R5900N0002. It compiles a series of questions and corresponding government answers regarding various sections of the RFP, including scope, proposal submission requirements, pricing, and contract terms. Key topics addressed include the exemption of resumes from page limits, the inclusion of Behavior Detection Activities (BDA) in task order scope, the process for Past Performance Questionnaires (PPQs), the Procurement Integrity Act, calculation of small business subcontracting goals, labor hour definitions (2080 hours include PTO), and the use of ATSA minimum compensation rates for fully burdened rates. The document clarifies that suggested staffing in the Sample Task Order is for pricing compliance testing, and addresses questions on corporate experience, program management approach, contract duration, and the handling of various costs like consumables and passenger claims. It also confirms that sister subsidiary past performance can be used under certain conditions.
SF-30 - SPP IDIQ 70T02025R5900N002 AMD 00005.pdf
PDF394 KBMar 12, 2026
AI Summary
This document is Amendment 00005 to solicitation 70T02025R5900N002, issued by the Department of Homeland Security's Transportation Security Administration (TSA). Its purpose is to revise several sections of the solicitation, including past performance, innovation pipeline, staffing management, IT security requirements, and corporate experience. Key changes include updated guidelines for evaluating past performance, revised language for contractor innovation submissions, and new requirements for staffing deficiency notifications and employee reporting. The amendment also removes subcontracting plan language, adds Attachment J – DHS Form 700-23, revises Attachment G's title, and updates the notice language on page 7 of the RFP. Additionally, it removes and reincorporates various FAR clauses (52.244-6, 52.223-10, 52.223-23, and 52.223-22) in full text with deviations, and revises FAR provision 52.204-8. These revisions aim to clarify requirements and update contractual obligations for offerors.
Attachment J - DHS Form 700-23.pdf
PDF784 KBMar 12, 2026
AI Summary
The Department of Homeland Security (DHS) Subcontracting Plan Review Checklist outlines the mandatory elements and evaluation criteria for subcontracting plans in federal contracts. The checklist ensures compliance with FAR 19.704 and requires detailed information on subcontracting goals for various small business concerns, including total dollars subcontracted, types of supplies/services, and methods for developing goals and identifying sources. It mandates the appointment of a subcontracting program administrator and assurances regarding the utilization of small businesses, timely reporting through eSRS, and prompt payment to small business subcontractors. The plan's evaluation involves assessing the offeror's past performance and compliance. This comprehensive checklist serves as a critical tool for Contracting Officers, Small Business Specialists, and SBA Procurement Center Representatives to review and approve subcontracting plans, ensuring equitable opportunities for small businesses in government contracting.
Attachment G - TRAINING REQUIREMENTS.pdf
PDF137 KBMar 12, 2026
AI Summary
Attachment G outlines the comprehensive training requirements for private contract screeners working under the Transportation Security Administration (TSA). It details initial, recurrent, and remedial training, emphasizing compliance with TSA's security standards and the National Training Plan (NTP). The contractor is responsible for managing and documenting all training activities, ensuring screeners are certified before performing duties. Remedial training is mandated for screeners failing covert tests or assessments. The document also specifies responsibilities for screener re-certification, with the contractor handling scheduling and remediation, and TSA overseeing the process. Additionally, it defines the roles and qualifications for Security Training Instructors (STI) and Assistant Training Instructors (ATI), who are crucial for delivering TSA-approved training and maintaining screener proficiency. All instructors must be certified, meet recurrent training requirements, and undergo annual quality assurance assessments.
SF30 - SPP IDIQ FINAL RFP 70T02025R5900N002 AMD 00004.pdf
PDF600 KBMar 12, 2026
AI Summary
This document outlines the procedures for amending solicitations and modifying contracts using Standard Form 30 (SF 30). It details how offers must acknowledge amendments, either by completing specific items, acknowledging receipt on the offer, or through separate communication, emphasizing that failure to acknowledge by the deadline may result in offer rejection. The form provides sections for identifying contract details, amendment/modification numbers, effective dates, and administering offices. It clarifies that amendments to solicitations may or may not extend the offer receipt date, while contract modifications specify the type of change (e.g., change order, administrative change, supplemental agreement) and the authority under which it is issued. Instructions for completing each item on the SF 30 are provided, including guidelines for accounting data, contract price impact, and the contracting officer's signature requirements. A specific amendment noted updates Section L.7 SUBMISSION OF PROPOSALS, extending the electronic submission deadline to March 24, 2025, 5:00 pm EDT.
SF30 - SPP IDIQ FINAL RFP 70T02025R5900N002 AMD 00003.pdf
PDF601 KBMar 12, 2026
AI Summary
This document outlines the process for amending solicitations and modifying contracts using Standard Form 30 (SF 30). It details methods for offerors to acknowledge amendments, including completing specific items on the form, acknowledging receipt on the offer, or through separate communication. Failure to acknowledge an amendment by the specified deadline may result in the rejection of an offer. The form allows for extending offer receipt dates and modifying contracts for various reasons, such as administrative changes or supplemental agreements. Specific instructions are provided for completing each item on the SF 30, including details on effective dates, accounting data, and how to describe amendments or modifications. A key amendment in this specific instance revises Section L.5 (PROPOSAL SUBMISSION REQUIREMENTS) to mandate a minimum proposal acceptance period of 270 calendar days, with proposals allowing less than this period potentially being rejected.
70T05025R5900N002_CLARIFICATIONS_2.21.2025.xlsx
Excel21 KBMar 12, 2026
AI Summary
The document pertains to the Transportation Security Administration’s (TSA) Screening Partnership Program (SPP), specifically regarding Solicitation Number 70T05025R5900N002 related to the awarding of indefinite-delivery indefinite-quantity (IDIQ) contracts. It outlines the government's intent to award approximately nine contracts to small businesses and six to non-small businesses but maintains a flexible approach based on competition and operational efficiency. Several inquiries are addressed, including requests for an unprotected pricing spreadsheet to facilitate price calculations, as well as clarification on the pricing requirements—specifically whether to include other direct costs beyond labor for the sample task order. The responses from the government affirm the provision of updated resources and definitions of requirements while reiterating the flexibility in the awarding process for contracts based on market feedback. This document aligns with procedural norms for government RFPs aimed at ensuring clarity and competitiveness in public sector contracting.
SF30 - SPP IDIQ FINAL RFP 70T02025R5900N002 AMD 00001.pdf
PDF104 KBMar 12, 2026
AI Summary
This government document, an amendment to a solicitation, outlines the procedures for acknowledging receipt of the amendment and for making changes to previously submitted offers. It specifies that offers must acknowledge the amendment by completing items 8 and 15, returning copies, acknowledging on each offer copy, or by separate communication. Failure to acknowledge prior to the specified time may result in rejection of the offer. The amendment also clarifies that the contractor is not required to sign and return copies of the document. The key change detailed in the amendment is the revision of the clarification date (section L.4) to March 3, 2025. The document includes standard government contract modification forms, detailing various sections for contract IDs, dates, administrative information, and descriptions of changes.
Attachment B - IDIQ Pricing Sample Task Order_2.20.25.xlsx
Excel21 KBMar 12, 2026
AI Summary
This document outlines a Sample Task Order Pricing Attachment for federal government RFPs, specifically for passenger and baggage security screening services at ACME airport, a Category II airport. The federal cost estimate for this 12-month service is $6,514,560. The proposal requires offerors to complete a pricing sheet, ensuring their total offer is at or below the federal cost estimate and that employee compensation rates meet or exceed the ATSA minimum hourly compensation rates. Failure to comply with these instructions will result in the proposal being ineligible for award. The document provides the TSA Staffing Allocation Model, suggesting an ideal staffing of 47 TSOs, 9 LTSOs, 7 STSOs, and 1 STI, with
SF30 - SPP IDIQ FINAL RFP 70T02025R5900N002 AMD 00002.pdf
PDF285 KBMar 12, 2026
AI Summary
This amendment to solicitation 70T02025R5900N002, dated February 14, 2025, revises several sections and clauses. Key changes include updating dates from “March 2021” to “March 2022” in sections L.5.1.1, L.5.2.1, and M.3.3. It replaces “Attachment B - IDIQ Pricing Sample Task Order” with an updated version that includes formulas for quantity and amount. Additionally, several FAR clauses related to segregated facilities, equal opportunity, and visa denial (52.222-21, 52.222-26, 52.222-29, 52.222-22, 52.222-24, 52.222-25) are removed from various sections. A notice is added to page six of the RFP regarding potential lags between system and policy updates in SAM. Offerors must acknowledge this amendment via specific methods, with failure to do so potentially resulting in offer rejection. All other terms and conditions of the solicitation remain unchanged.
SPP IDIQ FINAL RFP 70T02025R5900N002 Amendment 00001.pdf
PDF1189 KBMar 12, 2026
AI Summary
This government Request for Proposal (RFP) outlines an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the provision of security screening services at airports under the Transportation Security Administration's (TSA) Screening Partnership Program (SPP). The contract, with a ceiling of $5.3 billion over a 10-year ordering period, requires contractors to provide management, supervision, labor, facilities, and materials for passenger and baggage screening. Key requirements include compliance with TSA Standard Operating Procedures, maintaining performance levels equal to or exceeding federal standards, and comprehensive program management covering staffing, training, security incident reporting, and claims management. Contractors must also manage airport transitions, conduct screener training, and adhere to strict security, IT, and federal labor standards. The RFP details qualifications for private screening companies, including ownership and control requirements, and outlines deliverables and performance monitoring plans.
Attachment A - IDIQ Minimum Guarantee Task Order 0001 Statement of Work.pdf
PDF201 KBMar 12, 2026
AI Summary
This Statement of Work (SOW) outlines the requirements for contractors participating in the Department of Homeland Security, Transportation Security Administration (TSA)’s Screening Partnership Program (SPP) IDIQ Contractor Forum. This 2-day forum, held at TSA Headquarters in Springfield, VA, serves to introduce contractors to SPP Standard Operating Procedures, Staffing and Scheduling, and managing privatized screening operations. Participation is mandatory and satisfies the minimum guarantee of the SPP IDIQ multiple award contract. Contractors must register at least 30 days prior to the forum, providing attendee details (name, company, position, contact information, citizenship, PIV card status), with a limit of one to four personnel per vendor. All travel and associated costs are inclusive of the Task Order CLIN 0001 price. The forum agenda includes sessions on acquisition, performance metrics, and new hire processes. Attendees must sign an attendance sheet to receive credit for participation. Failure to attend or sign the form will result in non-performance. The initial task order awards each IDIQ contract awardee $5,000 to cover the minimum guarantee.
Attachment C - Terms and Conditions ITAR-09494.pdf
PDF612 KBMar 12, 2026
AI Summary
The document outlines the comprehensive terms and conditions for a Transportation Security Administration (TSA) procurement, focusing on cybersecurity, information assurance, and data protection. Key requirements include compliance with DHS and TSA security policies (DHS 4300A/B, TSA MD 1400.3 ITS, NIST standards), mandatory security clearances and non-disclosure agreements for all personnel, and annual cybersecurity and privacy training. The contractor must adhere to strict configuration management, risk management framework (RMF) processes, and contingency planning, including daily incremental backups and annual testing. Data privacy and protection for sensitive information (SSI, PII, SPII) are paramount, with specific encryption and data control methods. The document also details requirements for FedRAMP compliance, Identity and Credentials Management (ICAM) using PIV cards, and adherence to TSA Enterprise Architecture and data governance standards. Special provisions cover End-of-Life/Service planning for hardware/software, continuous diagnostics and mitigation (CDM) support, and security in agile development processes.
Attachment D - Past Performance Questionnaire.pdf
PDF142 KBMar 12, 2026
AI Summary
Attachment D outlines the Past Performance Questionnaire used by the TSA's Screening Partnership Program to evaluate contractor performance. This questionnaire is a critical component for federal government RFPs, providing a structured method for assessing a contractor's past work. It includes sections for basic contract information, contractor's role, contract type, and value. The core of the document is a detailed rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, N/A) and a comprehensive evaluation survey. The survey covers key performance areas: Quality of Service (conformance to requirements, report accuracy, responsiveness), Schedule (timeliness, deliverable submission), Cost (budget adherence, billing accuracy), Management (effectiveness, communication, cooperative behavior), Small Business Subcontracting (compliance, problem identification, subcontractor management), and Regulatory Compliance (adherence to clauses and reporting requirements). For ratings below “Satisfactory,” explanations are required. This document ensures a thorough and standardized assessment of contractor capabilities.
Attachment E - SAFETY ACT BLOCK DESIGNATION NOTICE.pdf
PDF98 KBMar 12, 2026
AI Summary
The Department of Homeland Security (DHS) has issued a SAFETY Act Block Designation Notice for the Transportation Security Administration's (TSA) Screening Partnership Program (SPP). This designation allows SPP participants to apply for inclusion under the SAFETY Act, providing liability protections against terrorism-related claims. To be included, applicants must submit a Block Designation Application via the SAFETY Act Website, providing insurance and financial information. The Office of SAFETY Act Implementation (OSAI) expects to process complete applications within 90 days. Selected Vendors must obtain or maintain liability insurance as specified. This Block Designation (BD-17) expires on July 31, 2025, but its expiration does not affect preexisting designations. DHS may review and modify this designation at any time. Further guidance and application specifics are available on http://www.safetyact.gov, and inquiries can be directed to the SAFETY Act Help Desk.
Attachment F - ESTIMATED CONSUMABLES LIST.pdf
PDF84 KBMar 12, 2026
AI Summary
Attachment F, titled "ESTIMATED CONSUMABLES LIST," is a supporting document for a government Request for Proposal (RFP). It provides a non-exhaustive list of general screening consumables and ancillary items that the Contractor is expected to supply to complete the work outlined in the RFP. The purpose of this list is to aid in initial planning for potential contractors. The consumables are categorized for both maintenance and screening services and include items such as various types of gloves, swabs, tokens, rings, cleaning agents (e.g., isopropyl alcohol, distilled water), test kits, batteries, paper products, and Pandemic PPE. This document is crucial for contractors to estimate costs and resources required for their bids on government contracts that involve screening and maintenance operations.
Attachment H - SUITABILITY DETERMINATIONS.pdf
PDF175 KBMar 12, 2026
AI Summary
This document outlines the suitability determination requirements for contract screeners and non-screeners working with the Transportation Security Administration (TSA). It details a two-phase process: a pre-appointment determination (pre-hire vetting) and a full background investigation. For contract screeners, the contractor collects initial forms, provides personal and contract information, and initiates the eAPP process for candidates to complete the SF 86 and provide fingerprints. TSA's Personnel Security (PerSec) conducts a pre-hire adjudication based on criminal history, fingerprints, and credit checks. A "Granted" determination allows the candidate to begin work, leading to Phase II, the Background Investigation (BI). Non-screeners follow a similar process, with the contractor providing information for pre-hire vetting, and PerSec coordinating a full background investigation with OPM. Both screeners and non-screeners are subject to immediate removal from the contract if deemed unsuitable at any point.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 11, 2025
amendedAmendment #1Feb 12, 2025
amendedAmendment #2Feb 12, 2025
amendedAmendment #3Feb 21, 2025
amendedAmendment #4Feb 27, 2025
amendedAmendment #5Mar 7, 2025
amendedAmendment #6· Description UpdatedMar 12, 2025
amendedAmendment #7· Description UpdatedMar 14, 2025
amendedAmendment #8· Description UpdatedMar 21, 2025
amendedAmendment #9· Description UpdatedMar 24, 2025
amendedAmendment #10· Description UpdatedMar 25, 2025
amendedAmendment #11· Description UpdatedMar 10, 2026
amendedAmendment #12· Description UpdatedMar 11, 2026
amendedLatest AmendmentMar 12, 2026
deadlineResponse DeadlineMar 13, 2025
expiryArchive DateMar 28, 2025

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
TRANSPORTATION SECURITY ADMINISTRATION
Office
MISSION ESSENTIALS

Point of Contact

Name
Deandre Rawlings

Place of Performance

Springfield, Virginia, UNITED STATES

Official Sources