Screening Equipment Deployment Services (SEDS) - Checkpoint (CP)
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 an Unrestricted Request for Proposal (RFP) for Checkpoint Screening Equipment Deployment Services (SEDS). This opportunity, solicitation number 70T04026R7672N005, seeks a contractor to manage the full lifecycle of checkpoint screening equipment, from acquisition and deployment to sustainment and disposition. This combined synopsis/solicitation is for commercial items. Proposals are due June 2, 2026, at 11:00 AM EDT.
Scope of Work
The selected contractor will provide comprehensive deployment services for various checkpoint screening technologies, including Advanced Imaging Technology (AIT), Walkthrough Metal Detectors (WTMD), Advanced Technology (AT) X-ray, Explosive Trace Detection (ETD), Bottled Liquid Scanners (BLS), Computed Tomography (CT), Carry-on Baggage Scanners (CAT), and Checked Baggage Scanners (CAD). Services encompass:
- On-site coordination, surveys, and design support.
- Installation, relocation, and removal of screening equipment.
- Program management, resource management, risk management, and quality control.
- Site lead support for projects, acting as a technical liaison.
- Planning, site preparation, shipping, rigging, and testing of equipment.
- Compliance with TSA and Original Equipment Manufacturer (OEM) guidelines.
- Adherence to stringent cybersecurity policies, including NIST standards, Risk Management Framework (RMF), data privacy, and personnel security requirements.
Contract Details
- Contract Type: Single Indefinite Delivery, Indefinite Quantity (IDIQ) contract.
- Task Orders: Firm-Fixed-Price (FFP) or Time and Materials (T&M).
- Period of Performance: Eight (8) year ordering period from the date of award.
- Minimum Guarantee: $1,000,000 over the contract term.
- Maximum Ceiling: $672,492,000.00.
- Set-Aside: Unrestricted.
- NAICS Code: 541330 (Engineering Services), with a size standard of $34.0 million.
- Product Service Code: R706 (Logistics Support Services).
Submission & Evaluation
Proposals will be evaluated based on a "Best Value" trade-off, with non-price factors being significantly more important than price. The evaluation criteria include:
- Technical and Management Approach
- Oral Presentation
- Past Performance
- Price Offerors are required to submit proposals via email in accordance with the attached RFP instructions. A DHS Subcontracting Plan Review Checklist is provided, indicating the importance of small business participation goals.
Key Dates & Contacts
- Questions Due: May 1, 2026, by 9:00 AM EDT.
- Proposals Due: June 2, 2026, by 11:00 AM EDT.
- Primary Contact: Lindsay Alexander (lindsay.alexander@tsa.dhs.gov).
- Secondary Contact: Heather Karle (heather.karle@tsa.dhs.gov). All official procurement information and amendments will be available exclusively on SAM.gov.