Request for Proposal (RFP) 70T05025R5900N002 - Screening Partnership Program Follow-On Procurement
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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), under the Department of Homeland Security, has issued RFP 70T05025R5900N002 for the Screening Partnership Program (SPP) Follow-On Procurement. This is a multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Security Screening Services at Airports nationwide. The government anticipates awarding approximately nine small business IDIQ awards and six awards to other than small businesses. Proposals are due March 13, 2026, at 1:00 PM local time.
Scope of Work
This IDIQ covers comprehensive screening of passengers and baggage at airports participating in the SPP. Services include all aspects of airport security screening operations, supported by extensive personnel vetting, training, and adherence to strict IT security and data protection requirements. The program is expected to continue indefinitely as long as airport screening is required.
Contract Details
- Type: Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ)
- Ordering Period: September 2025 through August 2035 (10 years)
- Task Orders: Typically a base year with up to four one-year options.
- NAICS: 488190 (Other Support Activities for Air Transportation)
- PSC: S206 (Guard Services)
- Anticipated Awards: Approximately 9 small business and 6 other than small business awards.
- Minimum Guarantee: Task Order 0001 requires participation in a 2-day IDIQ Contractor Forum at TSA HQ, Springfield, VA, with a $5,000 minimum guarantee.
Key Requirements & Evaluation
- Corporate Experience (Factor 1): Requires a 3-page narrative and up to three 1-page contract references (completed within the last three years or ongoing). Evaluation considers the full duration of a company's experience, with the narrative addressing recent experience. Subcontractor experience is allowed if they have a meaningful role. The total page limit for Factor 1 is 6 pages.
- Past Performance (Factor 3): Requires up to three contract summaries for efforts completed no earlier than March 1, 2022. Past Performance Questionnaires (PPQs) are required for non-CPARS contracts.
- Small Business Subcontracting Plan: Offerors must refer to revised Section L.5.3.2 for goals and use the IDIQ contract total of $5.3B for estimated dollar amounts.
- Personnel: Mandatory pre-hire vetting (Suitability Determinations) and comprehensive training (initial, recurrent, remedial, recertification) for all screeners and non-screeners.
- IT Security: Strict compliance with DHS/TSA cybersecurity policies, IT security awareness training, FedRAMP requirements, PIV credentials, and safeguarding Controlled Unclassified Information (CUI).
- Pricing: Sample Task Order pricing must not exceed $6,514,560 and must meet ATSA minimum hourly compensation rates.
Submission & Deadlines
- Proposal Due Date: March 13, 2026, at 1:00 PM local time.
- Submission Method: Electronic submission via email to the Points of Contact listed in Section L.4 of the solicitation.
- Proposal Acceptance Period: The solicitation requires an offer acceptance period of 60 calendar days.
Additional Notes
This solicitation has undergone multiple amendments, with Amendment 00007 being the latest, revising several sections including task order ordering period, corporate experience, past performance, contract duration, and attachments. Offerors must acknowledge all amendments and ensure their proposals reflect the latest requirements.