ATL Firing Range Services
ID: 70T05026Q6100N001Type: Sources Sought
Overview

Buyer

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

NAICS

All Other Amusement and Recreation Industries (713990)

PSC

LEASE/RENTAL OF RECREATIONAL BUILDINGS (X1FB)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking qualified vendors to provide Firing Range Services in Atlanta, Georgia. The TSA requires an established indoor shooting range within a thirty-mile radius of the Atlanta International Airport, capable of accommodating a minimum of twelve simultaneous firing points for training purposes, with specific criteria outlined for the range's facilities and operations. This service is crucial for agency personnel to train and qualify on various weapons essential for their duties. Interested parties must submit a capabilities statement, including company details and relevant experience, to Delisa Hawkins at Delisa.Hawkins@tsa.dhs.gov, with no set deadline specified for submissions as this is a sources sought notice and not a solicitation for proposals.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    ATL Firing Range Services
    Currently viewing
    Sources Sought
    Similar Opportunities
    F5 Renewal Software and Maintenance Support
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking to procure F5 Renewal Software and Maintenance Support. This opportunity involves a Justification and Approval process that restricts the number of sources eligible for consideration, indicating a preference for a brand-name solution in accordance with TSA procedures. The software and maintenance services are critical for the TSA's enterprise information technology operations, ensuring the continued functionality and security of their IT systems. Interested vendors can reach out to Michele Reeves at Michele.Reeves@tsa.dhs.gov or by phone at 609-813-3371 for further information regarding this procurement.
    Transportation Security Administration’s Open Architecture Initiatives
    Buyer not available
    The Transportation Security Administration (TSA) is seeking industry participation in its Open Architecture (OA) initiatives, aimed at enhancing the efficiency and interoperability of transportation security systems. This opportunity invites vendors to provide feedback on next-generation OA solutions, including the Digital Imaging and Communications in Security (DICOS) standard and the Open Platform Software Library (OPSL), to inform TSA's implementation strategy and future requirements. The TSA's OA approach is critical for modernizing security screening processes, ensuring agility in response to evolving threats, and improving the overall passenger experience. Interested parties should submit their comments using the provided forms by September 30, 2024, and respond to the Request for Information (RFI) by June 3, 2024, with inquiries directed to Siobhan Mullen at siobhan.mullen@tsa.dhs.gov or Siobhan Lawson at Siobhan.Lawson@tsa.dhs.gov.
    5.56 AR Rifle and Accessories
    Buyer not available
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking information from potential offerors for the procurement of 5.56 AR rifles and accessories. The requirement includes new 5.56 x 45mm semi-automatic duty rifles that must be operable in various environmental conditions and align with the operational standards of existing SR16 AR-style rifles. This procurement is crucial for enhancing the operational capabilities of the USSS, and interested parties are invited to submit a capability statement by December 5, 2025, at 4:00 PM ET, detailing their qualifications and relevant experience. Responses should be directed to Theresa Williams and Erik Syfert via email, and the procurement falls under NAICS code 332994, with a firm fixed-price contract anticipated.
    Succeeding Lease Award JFK T6
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), intends to award a succeeding lease for office space at Terminal Six of John F. Kennedy International Airport (JFK) in Jamaica, New York. The TSA requires a minimum of 3,627 rentable square feet of office and related space located on airport property to support its mission-critical operations, including administrative functions for the screener workforce. This procurement is essential for ensuring that TSA personnel have the necessary workspace to effectively carry out their duties in direct support of airport security operations. Interested parties must submit their expressions of interest, including detailed property information, to Tasha R. Hill via email by 11:59 PM on December 15, 2025, as this opportunity is not a solicitation for offers or proposals and the government will not reimburse any costs incurred in responding to this notice.
    Level II Armed Guard Service - State of Tennessee
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking immediate armed guard services in response to the catastrophic tornadoes that struck Tennessee on March 31st and April 1st, 2023. The procurement aims to secure at least eleven federal facilities, including Joint Field Offices and Disaster Recovery Centers, which require a minimum level of security as mandated by DHS guidelines. This urgent need arises from the Federal Protective Service's inability to provide the necessary guard services due to resource constraints, particularly in rural areas where security options are limited. Interested vendors can contact Nicole L. Joseph at nicole.joseph@fema.dhs.gov or by phone at 470-416-9313 for further details on this sole source contract opportunity.
    Justification and Approval-PSO Services TN Statewide
    Buyer not available
    The Department of Homeland Security, specifically the Office of Procurement Operations, is seeking services related to Justification and Approval for PSO Services across the state of Tennessee. The procurement aims to secure housekeeping and guard services, which are essential for maintaining safety and security in various facilities. Interested vendors can find further details in the attached documentation, and they are encouraged to reach out to the primary contact, John Liu, at john.c.liu@fps.dhs.gov or by phone at 215-521-3112, or the secondary contact, Kelly Minturn, at Kelly.M.Minturn@fps.dhs.gov, for additional inquiries.
    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.
    Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires contractors to provide all necessary labor, materials, and services, with a firm-fixed price contract to be awarded under a 100% small business set-aside, adhering to the NAICS code 561621 and a size standard of $25 million. This procurement is critical for enhancing security measures at the facility, with a performance period of 90 calendar days following the Notice to Proceed. Interested parties should direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, and note that the Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025.
    Monster Government Solutions (MGS) Monster Hiring Management Enterprise (MHME) Staffing Solution
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking a contractor to provide the Monster Hiring Management Enterprise (MHME) Staffing Solution. This procurement is justified as a sole source acquisition, as detailed in the attached Limited Source Justification (LSJ), which outlines the specific requirements and objectives for the staffing solution. The MHME is critical for enhancing the TSA's workforce operations and enterprise management capabilities. Interested parties can reach out to Edward Y. Cho at Edward.Cho@tsa.dhs.gov or 571-227-4033, or Janine Sherbondy at Janine.Sherbondy@tsa.dhs.gov for further information regarding this opportunity.
    ATTLA Certification
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Secret Service (USSS), is seeking information from vendors capable of obtaining Air Transportability Test Loading Activity (ATTLA) certification for a Ford Transit 350HD DW AWD van. The procurement aims to identify vendors who can perform necessary technical analyses, drawings, and reports for certification on military C-17 aircraft, as well as make mechanical modifications to comply with MIL-STD-209. This certification is crucial for ensuring the vehicle's compliance with military transport standards, enhancing its operational readiness for secure transport missions. Interested vendors must submit their responses, detailing their capabilities, project timelines, and risk assessments, by the deadline of four weeks from the posting date. For further inquiries, vendors can contact Taylor Haire at taylor.haire@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov.