Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2025 SAM #8443
SOLICITATION NOTICE

S -- Screening Partnership Program Follow-On IDIQ Pre-Solicitation Notice

Notice Date
1/6/2025 6:36:22 AM
 
Notice Type
Presolicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
MISSION ESSENTIALS Springfield VA 20598 USA
 
ZIP Code
20598
 
Solicitation Number
70T05024R5900N006
 
Response Due
12/11/2024 2:00:00 PM
 
Archive Date
12/26/2024
 
Point of Contact
Deandre Rawlings, Phone: 1-571-227-5596, Phillip Smith, Phone: 1-571-227-5286
 
E-Mail Address
deandre.rawlings@tsa.dhs.gov, phillip.smith1@tsa.dhs.gov
(deandre.rawlings@tsa.dhs.gov, phillip.smith1@tsa.dhs.gov)
 
Description
The Department of Homeland Security, Transportation Security Administration (TSA) intends to solicit industry to provide airport security screening services. Services include comprehensive screening of passengers and personal property at airports participating in the Screening Partnership Program (SPP). The applicable North American Industry Classification System (NAICS) code for this requirement is 488190. TSA anticipates making multiple awards under the intended Indefinite Delivery, Indefinite Quantity (IDIQ) solicitation for security screening services. The IDIQ solicitation will be issued on a full and open basis and task orders may be solicited on a full and open basis or set-aside for small businesses. The Government anticipates awarding approximately nine small business IDIQ awards and approximately six awards to other than small businesses, but reserves the right to award fewer or additional contracts based on the Government consideration for enhanced competition and/or operational efficiency. Screening Partnership Program (SPP) provides an operational capability of indefinite duration; it is expected to continue as long as airport passenger, baggage and counter-to-counter cargo screening are required. TSA plans to acquire screening services from commercial vendors through a 10-year multiple award IDIQ with a series of task orders, each of which will typically span a base year and up to four one-year options. The IDIQ ordering period is anticipated to be September 2025 through August 2035. Upcoming task orders may be tailored to the specific needs of the airport and TSA. Comments or correspondence must be submitted in accordance with the information/instructions contained in the solicitation posting when it is released. Anticipated final Request for Proposal (RFP) is estimated to be posted on www.sam.gov in December 2024. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available on the System for Award Management (SAM) website, www.sam.gov It is the offeror�s responsibility to monitor the SAM website for the release of the solicitation and any amendments that may follow. Revision 00001 - Prospective offerors are hereby notified that the SPP IDIQ draft RFP and its attachments are posted. This draft RFP is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. The Government may not respond to questions/concerns submitted. The Government will use the information to finalize the RFP as necessary. All comments or questions regarding the draft RFP should be submitted electronically utilizing the �SPP Follow-On IDIQ - Solicitation_Questions-and-Responses� via email to deandre.rawlings@tsa.dhs.gov, no later than December 15, 2024, at 1:00 p.m. Eastern Standard Time, when responding reference notice ID: 70T05024R5900N006. If a solicitation is released, then it and any additional documents will be available on www.Sam.gov. It is the offeror's responsibility to monitor this website for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/625c092925a04c8da5cee2ebbbf327db/view)
 
Place of Performance
Address: Springfield, VA, USA
Country: USA
 
Record
SN07305706-F 20250108/250106230109 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.