Trusted Operations, Maintenance, Cybersecurity, Assurance, and Technology (TOMCAT)
ID: 70T03026_VRR_TOMCATType: Presolicitation
Overview

Buyer

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

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Homeland Security (DHS) Non-Disclosure Agreement (NDA) outlines strict conditions for individuals granted access to sensitive government information, including Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Other Sensitive but Unclassified (SBU) data. Signatories must comply with all applicable laws, regulations, and directives governing the access, dissemination, handling, and safeguarding of such information. Key obligations include protecting information from unauthorized disclosure, reporting security violations, and returning all sensitive materials upon request or job completion. The agreement emphasizes that violations can lead to the cancellation of access, administrative, disciplinary, civil, or criminal action, and the assignment of royalties from unauthorized disclosures to the government. This NDA ensures the security and integrity of critical government data, aligning with federal efforts to protect national interests and federal programs.
    The Transportation Security Administration (TSA) announced a pre-solicitation for its Trusted Operations, Maintenance, Cybersecurity, Assurance, and Technology (TOMCAT) IT services Blanket Purchase Agreement (BPA). This notice details the upcoming Virtual Reading Room (VRR) for interested GSA Multiple Award Schedule vendors, which will contain Sensitive Security Information (SSI) pertinent to the solicitation. Access to the VRR is restricted and requires vendors and individuals to be approved by TSA, including passing a Security Threat Assessment and providing detailed personal and corporate information. Vendors must designate a Senior Corporate Official to manage SSI access and ensure protection. A Data Protection Plan is also required. The deadline for submitting a list of up to three individuals for SSI access is Tuesday, December 16, 2025, at 8:00 AM EST. Failure to comply with security protocols or return SSI will result in penalties. The TSA aims to release Draft RFP Instructions in late December 2025.
    Lifecycle
    Similar Opportunities
    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.
    Technology for Applications, Logistics, Operations, and Networks (TALON)
    Buyer not available
    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.
    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.
    Travel Management Center (TMC) Support Services
    Buyer not available
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking to procure Travel Management Center (TMC) Support Services to assist in establishing effective travel management processes that meet functional, technical, and security requirements. This procurement is critical for maintaining mission-critical contractor support while transitioning to a new competitive contract, with plans to competitively procure these services by January 2024. The current contract is a sole-source justification to CW Government Travel, Inc. to ensure continuity and cost savings during this transition period. Interested vendors can reach out to primary contact D'Andre Taylor at dandre.taylor@usss.dhs.gov or secondary contact Shauntynee Penix at shauntynee.penix@usss.dhs.gov for further information.
    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 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.
    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.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Screening Information Request (SIR) 697DCK-25-R-00302, aimed at establishing a strategic sourcing contract for the acquisition of various IT supplies and equipment under the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) initiative. This procurement encompasses a wide range of commercial products, including hardware and software, to support the FAA's IT infrastructure, with a focus on enhancing efficiency and reducing costs across the Department of Transportation. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a maximum cumulative ceiling of $4.1 billion, and is set to favor small businesses through a partial set-aside. Proposals are due via email by January 16, 2026, with all inquiries directed to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.