Pre-Solicitation Notice: TSA Gold+ Draft PWS, Evaluation Factors, and Industry Day

SOL #: 1cbb912d3d3d47fa831e9b1967b25786Special Notice

Overview

Buyer

Homeland Security
Transportation Security Administration

Place of Performance

Springfield, VA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

Guard Services (S206)

Set Aside

No set aside specified

Timeline

1
Posted
May 12, 2026
2
Action Date
May 25, 2026, 11:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Transportation Security Administration (TSA) has issued a Pre-Solicitation Notice for the TSA Gold+ program, a transformative initiative to modernize aviation security at select U.S. airports. This program seeks to leverage industry expertise to deliver an integrated, outcome-based solution encompassing workforce, technology, and maintenance, building on the Screening Partnership Program (SPP). TSA is releasing draft Performance Work Statement (PWS) and Evaluation Factors for industry review and feedback.

Purpose & Scope

TSA Gold+ aims to accelerate innovation, improve passenger experience, and ensure operational excellence by shifting TSA's role to primarily a security regulator. The initiative will implement a comprehensive, turnkey solution for security screening technology and skilled workforce at participating airports, focusing on passenger and property screening. Offerors will be responsible for program management, technology implementation (delivery, installation, integration, maintenance), and security screening services (passenger, baggage, access control, staffing). The program is a voluntary, opt-in model where procurement costs must not exceed the government’s cost for staffing.

Key Requirements & Performance

Offerors must meet or exceed TSA standards for security, threat detection, workforce performance, checkpoint management (wait times), and customer service. Special requirements include personnel suitability (STA, SSI, potential SECRET clearance), technology compliance with TSA architectures, strict cybersecurity and data protection, and adherence to all TSA Standard Operating Procedures. Financial incentives and disincentives will be tied to performance metrics. Excluded services include TSA Canine teams and Transportation Security Specialist-Explosives (TSSE) personnel.

Evaluation Factors

Proposals will be evaluated using a best-value tradeoff, considering technical merit and risk alongside price, ensuring total contract cost remains at or below the Federal cost baseline. IDIQ Level Evaluation Factors include:

  • Technology Solution & Innovation: Proposed technologies, deployment, security/passenger experience improvements, lifecycle, data, connectivity.
  • Staffing & Workforce Management: Staffing levels, peak/off-peak plans, hiring/vetting/training, performance monitoring.
  • Performance & Outcome Management: Security effectiveness, screening efficiency, customer experience, data/reporting.
  • Management Approach & Transition Plan: Governance, experience, transition plan (hiring, tech installation, risk mitigation).
  • Financial Capability & Business Stability: Financial stability, capitalization for 10-year contract.
  • Past Performance & Relevant Experience: Up to three relevant contracts (airport security, large-scale operations). Task Order Evaluation Factors (Airport-Specific) include:
  • Airport-Specific Solution & Tailoring: Execution at specific airport, ConOps.
  • Innovative Concepts: Proposed innovations (e.g., off-premise screening).
  • Stakeholder Engagement & Alignment: Plan for engaging airport authorities, airlines.
  • Implementation Plan, Milestones, and Risk Management: High-level plan, risks/mitigation.
  • Price / Cost for Airport-Specific Solution: Price proposal at or below Government’s cost baseline.

Key Dates & Engagement

  • Industry Day: May 21, 2026, 1:00 p.m. (hybrid format at TSA HQ and virtual).
  • Industry Day Registration Deadline: May 18, 2026.
  • Feedback on Draft PWS & Evaluation Factors Due: May 25, 2026.
  • Contact: Paul Easton, paul.easton@tsa.dhs.gov, 571-227-2247.

People

Points of Contact

Files

Files

Download
Download
View
View

Versions

Version 1Viewing
Special Notice
Posted: May 12, 2026
Pre-Solicitation Notice: TSA Gold+ Draft PWS, Evaluation Factors, and Industry Day | GovScope