Federal Operations & Maintenance for Continuous User Support (FOMCUS)
ID: 70T03026_DraftSOO_FOMCUSType: 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, specifically the Transportation Security Administration (TSA), is seeking qualified firms to provide Federal Operations & Maintenance for Continuous User Support (FOMCUS) through a multi-award Blanket Purchase Agreement (BPA). The objective of this procurement is to acquire robust and scalable IT support services for approximately 85,000 personnel, covering areas such as IT infrastructure, operations, cybersecurity, and the integration of emerging technologies like artificial intelligence and machine learning. This BPA will enhance TSA's IT operations and service delivery, ensuring compliance with Section 508 accessibility requirements for Information and Communications Technology (ICT), with a performance period of up to ten years. Interested parties should submit comments on the draft Statement of Objectives by November 11, 2025, to the primary contact, Michele Reeves, at Michele.Reeves@tsa.dhs.gov, or the secondary contact, Sarah Trudeau, at sarah.trudeau@tsa.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Transportation Security Administration (TSA) is issuing a draft Request for Proposal (RFP) for a multi-award Blanket Purchase Agreement (BPA) under the Federal Operations & Maintenance for Continuous User Support (FOMCUS) program. This BPA aims to procure robust and scalable IT support services for TSA's enterprise, covering approximately 85,000 personnel across various locations. The scope includes IT infrastructure, operations, cybersecurity, and the integration of emerging technologies like AI and ML. The BPA encompasses four core functional areas: Operations and Engineering Support Services, Single Point of Contact (SPOC) Services, Site Support Services, and Information Assurance and Cybersecurity Support Services. Deliverables, Service Level Agreements, and Requirements will be defined at the Task Order level. The period of performance for this BPA is 10 years, with all services adhering to Section 508 accessibility requirements for Information and Communications Technology (ICT).
    Lifecycle
    Title
    Type
    Similar Opportunities
    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
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), has issued a Justification and Approval for a contract extension on a sole source basis for IT and telecom business application development support services. This procurement restricts the number of sources provided a fair opportunity to compete, as outlined in FAR 16.505(b)(2), with the rationale detailed in the attached Justification and Approval document. The extension is critical for maintaining continuity in TSA's enterprise information technology operations, ensuring that essential services remain uninterrupted. Interested parties can reach out to Matthew Ashurst at matthew.ashurst@tsa.dhs.gov for further inquiries regarding this opportunity.
    Justification and Approval - Exception to Fair Opportunity (HCL/Harris)
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is issuing a Justification and Approval for an exception to fair opportunity regarding a contract with HCL/Harris for application development software. This procurement is aimed at restricting the number of sources eligible for consideration, in accordance with TSA procedures and Federal Acquisition Regulation (FAR) 16.505(b)(2), designating one awardee interpreted as brand-name. The software is critical for the TSA's enterprise information technology needs, ensuring efficient and secure operations within the agency. For further inquiries, interested parties may contact Michele Reeves at Michele.Reeves@tsa.dhs.gov or by phone at 609-813-3371.
    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.
    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 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.
    Agilent Crosslab Silver Preventative Maintenance agreement for the Agilent Gas Chromatography Mass Spectrometer (GC/MS) Triple Quad System
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration, is seeking to establish a preventative maintenance agreement for the Agilent Gas Chromatography Mass Spectrometer (GC/MS) Triple Quad System through the Agilent Crosslab Silver program. This contract aims to ensure the reliable operation and maintenance of critical laboratory equipment used in security screening and analysis. The maintenance services are vital for maintaining the accuracy and efficiency of the GC/MS system, which plays a crucial role in the agency's mission to enhance transportation security. Interested vendors can reach out to Gloria A Uria at gloria.uria@tsa.dhs.gov or Crystal Johnson at Crystal.Johnson2@tsa.dhs.gov for further details 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.
    DHS Medical Supplies BPA Modification
    Buyer not available
    The Department of Homeland Security (DHS), through the U.S. Customs and Border Protection (CBP), is modifying existing Blanket Purchase Agreements (BPAs) for medical supplies to address urgent operational needs. This modification extends the current BPAs, which support federal personnel in emergency medical services and personal protective equipment (PPE) requirements, through February 24, 2023, while the agency prepares for a competitive acquisition of new medical supplies. The BPAs are critical for fulfilling mission-essential requirements, particularly in response to operational and pandemic-related challenges. For further inquiries, interested parties can contact Dominique Brown at dominique.u.brown@cbp.dhs.gov or by phone at 317-715-6253, or reach out to Donna McMullen at donna.r.mcmullen@cbp.dhs.gov or 317-339-7189.