Request for Proposal (RFP) 70T05025R5900N002 - Screening Partnership Program Follow-On Procurement

SOL #: 70T05025R5900N002Solicitation

Overview

Buyer

Homeland Security
Transportation Security Administration
MISSION ESSENTIALS
Springfield, VA, 20598, United States

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
Mar 10, 2026
2
Last Updated
Mar 12, 2026
3
Submission Deadline
Mar 13, 2025, 9:00 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), under the Department of Homeland Security, has issued RFP 70T05025R5900N002 for the Screening Partnership Program (SPP) Follow-On Procurement. This is a 10-year, multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for comprehensive Security Screening Services at airports nationwide. TSA anticipates awarding approximately nine IDIQ contracts to small businesses and six to other than small businesses. Proposals are due March 13, 2026, at 1:00 PM local time.

Opportunity Overview

This IDIQ will provide an operational capability of indefinite duration for passenger and baggage screening services. The ordering period is anticipated from September 2025 through August 2035, with task orders typically spanning a base year and up to four one-year options.

Contract Details

  • Contract Type: Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ)
  • NAICS Code: 488190
  • Product Service Code: S206 (Guard Services)
  • Place of Performance: Airports nationwide, with administrative functions potentially at TSA Headquarters in Springfield, VA.

Key Requirements & Evaluation

Offerors must demonstrate capabilities in several areas:

  • Corporate Experience (L.5.1.1): Submissions require a three-page narrative and up to three one-page contract references (completed within the last three years or ongoing). The overall Factor 1 page limit remains 6 pages. Corporate experience of named subcontractors can be included if they have a meaningful role.
  • Past Performance (L.5.2.1): Up to three contract summaries for efforts completed no earlier than March 1, 2022. Past Performance Questionnaires (PPQs) for non-CPARS contracts must be sent directly from references to TSA.
  • Sample Task Order Pricing (Attachment B): Bidders must use the provided Excel sheet, ensuring the proposed price does not exceed $6,514,560 and meets ATSA minimum hourly compensation rates for TSOs, LTSOs, STSOs, and STIs.
  • Security & Compliance (Attachment C): Adherence to comprehensive security, privacy, and operational compliance, including DHS/TSA cybersecurity policies, Risk Management Framework (RMF), and safeguarding Personally Identifiable Information (PII).
  • Training (Attachment G): Compliance with mandatory training, certification, and recertification requirements for private contract screeners.
  • Suitability (Attachment H): Mandatory pre-hire vetting and background investigation processes for all personnel.
  • Consumables (Attachment F.v2): Contractor is responsible for supplying estimated screening consumables.
  • Small Business Subcontracting (Attachment J): A compliant subcontracting plan is required, addressing elements of DHS Form 700-23, using the IDIQ total of $5.3B for estimated dollar amounts.

Submission Details

  • Proposal Due Date: March 13, 2026, at 1:00 PM local time.
  • Submission Method: Electronic submission via email to the Points of Contact.
  • Offer Acceptance Period: 60 calendar days.

Amendments & Clarifications

This solicitation has undergone multiple amendments and clarifications, with the latest (Amendment 00007) revising several sections including the task order ordering period, corporate experience, past performance, contract duration, and estimated consumables list. Offerors must review all amendments and clarification documents to ensure full compliance.

Contact Information

People

Points of Contact

Daniel AdamsSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Mar 12, 2026
Version 2
Solicitation
Posted: Mar 11, 2026
View
Version 1
Solicitation
Posted: Mar 10, 2026
View
Request for Proposal (RFP) 70T05025R5900N002 - Screening Partnership Program Follow-On Procurement | GovScope