Request for Proposal (RFP) 70T05025R5900N002 - Screening Partnership Program Follow-On Procurement
ID: 70T05025R5900N002Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFTRANSPORTATION SECURITY ADMINISTRATIONMISSION ESSENTIALSSpringfield, VA, 20598, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

HOUSEKEEPING- GUARD (S206)
Timeline
    Description

    The Department of Homeland Security, through the Transportation Security Administration (TSA), is soliciting proposals for the Screening Partnership Program Follow-On Procurement under Request for Proposal (RFP) 70T05025R5900N002. This procurement aims to secure qualified contractors to provide security screening services for passengers and baggage at airports, ensuring compliance with TSA standards and federal regulations. The contract, structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) type, has a ceiling value of $5.3 billion over a 10-year period, emphasizing the critical role of private contractors in enhancing airport security operations. Interested parties should direct inquiries to Deandre Rawlings at deandre.rawlings@tsa.dhs.gov or Phillip Smith at phillip.smith1@tsa.dhs.gov, with proposals due within the specified timeframe outlined in the solicitation documents.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Request for Information, Air Cargo Screening Qualification Test Qualification Process Guide
    Buyer not available
    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.
    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.
    Qualified Products List Overview and Window Openings for Checkpoint Property Screening System (CPSS)
    Buyer not available
    Special Notice: Homeland Security, Department of, Transportation Security Administration is seeking qualified products for the Checkpoint Property Screening System (CPSS). The CPSS is typically used for screening and detecting prohibited items in passenger baggage at transportation checkpoints. Amendment 00001 to the Qualified Products List (QPL) Window 1 70T04019CPSSQPL-1 has been issued to provide updates, answer questions, and make additional updates to the QPL Window 1 Document. Please refer to the attached amendment for more details.
    Protective Security Officer Services
    Buyer not available
    The Department of Homeland Security, specifically the Office of Procurement Operations, is seeking qualified contractors to provide Protective Security Officer Services. This procurement aims to ensure the safety and security of federal properties through the deployment of trained security personnel, which is critical for maintaining a secure environment in the District of Columbia. The opportunity is set aside for Historically Underutilized Businesses (HUBZone), emphasizing the government's commitment to supporting small businesses in this sector. Interested parties should reach out to Lorraine Zinar at lorraine.zinar@fps.dhs.gov for further details as they prepare for the upcoming solicitation.
    TSA MCO FAMS FO
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking sources for the leasing of nonresidential buildings in Orlando, Florida, under the notice titled "TSA MCO FAMS FO." This procurement aims to identify potential lessors who can provide suitable facilities to support TSA operations, which are critical for maintaining security in transportation systems. Interested parties are encouraged to reach out to the primary contact, Tasha R. Hill, at Tasha.Hill@tsa.dhs.gov or by phone at 703-483-5479, or the secondary contact, Anthony Alberici, at anthony.alberici@tsa.dhs.gov or 609-813-3369, for further information regarding this opportunity.
    MCO ONSITE AIRPORT SUCCEEDING LEASE
    Buyer not available
    The Transportation Security Administration (TSA) is seeking to award a succeeding lease for office and related space at Orlando International Airport (MCO) in Florida. The required space must yield a minimum of 9,188 rentable square feet and be located on airport property to support TSA's mission-critical operations, including administrative work for the screener workforce. This procurement is intended to ensure that the TSA can effectively carry out its duties, with considerations for accessibility, parking, and secure operations. Interested parties must submit their expressions of interest, including detailed property information, to Tasha R. Hill via email by 11:59 PM on February 14, 2025.
    Leased Space - Intent to Sole Source DFW Warehouse
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), intends to procure leased space for a warehouse in the Dallas-Fort Worth area through a sole source contract. This opportunity is aimed at securing a facility that meets the TSA's operational needs for storage and logistics, which are critical for maintaining effective transportation security measures. The leased space will be utilized for the storage of equipment and materials essential to TSA operations. Interested parties can reach out to Teresa McDaniel at teresa.mcdaniel@tsa.dhs.gov or (202) 253-6431, or Charlotte Michelle Carney at charlotte.carney1@tsa.dhs.gov or (609) 813-3327 for further details regarding this procurement.
    FY26 City Pair Program Final RFP
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals for the Fiscal Year 2026 City Pair Program, which provides scheduled airline passenger transportation services for government employees. The procurement aims to ensure competitive airfares and enhance carrier participation, requiring contractors to meet specific service delivery standards, including nonstop and connecting flights for both domestic and international routes. This program is crucial for facilitating efficient travel for federal personnel, ensuring they have access to reliable and cost-effective transportation options. Interested vendors should direct inquiries to James Santini at james.santini@gsa.gov or Andrea Anderson at andrea.anderson@gsa.gov, with proposals due by the specified deadlines outlined in the RFP documentation.
    Technology Transfer, Commercialization and Entrepreneurial Development
    Buyer not available
    The Department of Homeland Security (DHS) is seeking vendors capable of providing technology transfer, commercialization, and entrepreneurial development services for federally funded technologies through a Request for Information (RFI). The primary objectives include identifying suitable technologies for investment, organizing cohort events to foster start-up formation, and enhancing the entrepreneurial skills of DHS researchers. This initiative is crucial for transitioning federally funded research into practical applications that benefit the Homeland Security Enterprise and the public. Interested parties must submit their responses, which should not exceed six pages, by 5:00 PM ET on February 25, 2025, to the designated contacts, Mohammed Rizki and Joseph P. Pianese, via their provided email addresses.
    Air Ground Support Services
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for Air Evacuation Aviation Planning and Operational Ground Support Services. This procurement aims to secure contractor-managed multi-functional air operational support resources to assist in federal responses to national events, with a contract period anticipated to include a one-year base and four one-year options. These services are critical for effective emergency response and disaster planning, ensuring that the government can efficiently mobilize air support when needed. Interested vendors should note that the Request for Proposal (RFP) is expected to be released around the week of February 24, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Felicia Castillo at felicia.castillo@fema.dhs.gov.