Screening Equipment Deployment Services (SEDS) Checked Baggage (CB)
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 a Combined Synopsis/Solicitation (RFP 70T04026R7672N004) for Screening Equipment Deployment Services (SEDS) Checked Baggage (CB). This opportunity seeks a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide comprehensive services for the deployment, installation, and sustainment of checked baggage screening equipment. Proposals are due May 15, 2026, at 11:00 AM EDT.
Scope of Work
The selected contractor will provide on-site coordination and oversight for airport aviation security screening projects. Services include the installation, relocation, and removal of Explosives Detection Systems (EDS) and Explosive Trace Detection (ETD) equipment in both In-line and Standalone configurations. The scope also encompasses design support, site surveys, shipping, rigging, test readiness validation, site preparation, and site restoration. Program management, resource management, risk management, quality control, staffing, reporting, and government property management are integral components of this requirement.
Contract Details
- Contract Type: Single IDIQ with Firm-Fixed-Price (FFP) or Time and Materials (T&M) Task Orders.
- Period of Performance: Eight (8) year ordering period from the date of award.
- Estimated Value: Minimum guarantee of $1M; Maximum ceiling of $586,956,000.00.
- Set-Aside: Not a set-aside; however, the RFP includes requirements for Small Business Subcontracting Plan goals.
- Product Service Code: R706 (Logistics Support Services).
Submission & Evaluation
Proposals will be evaluated using a "Best Value" trade-off method. Non-price factors, including Technical and Management Approach, Oral Presentation, and Past Performance, are significantly more important than Price. Offerors must adhere to extensive requirements for cybersecurity (NIST SP 800-53 Rev 5), data handling (CUI, SSI, PII, SPII), system authorization (ATO), supply chain risk management, and personnel security (PIV cards, Public Trust background checks).
Key Dates
- Questions Due: April 14, 2026, 1:00 PM EDT (via email).
- Proposals Due: May 15, 2026, 11:00 AM EDT (via email).
- Published Date: March 31, 2026.
Contact Information
Primary Point of Contact: Lindsay Alexander (lindsay.alexander@tsa.dhs.gov).