Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

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

    Sol. 70T05025R5900N002SolicitationSpringfield, VA
    Closed
    STATUS
    Closed
    closed Mar 13, 2025
    POSTED
    Mar 12, 2026
    Publication date
    NAICS CODE
    488190
    Primary industry classification
    PSC CODE
    S206
    Product & service classification

    AI Summary

    The Department of Homeland Security is seeking proposals for the Screening Partnership Program, which involves security screening services at airports nationwide. This RFP is for an Indefinite Delivery, Indefinite Quantity contract, expected to span from September 2025 to August 2035, with multiple awards anticipated for both small and large businesses.

    Contract details

    Solicitation No.
    70T05025R5900N002
    Notice Type
    Solicitation
    Posted Date
    March 12, 2026
    Response Deadline
    March 13, 2025
    NAICS Code
    488190AI guide
    PSC / Class Code
    S206
    Contract Code
    7013
    Issuing Office
    MISSION ESSENTIALS
    Primary Contact
    Deandre Rawlings
    State
    VA
    ZIP Code
    20598
    AI Product/Service
    service

    Description

    70T05025R5900N002 is the official Indefinite Delivery, Indefinite Quantity (IDIQ) solicitation for Security Screening Services at Airports nationwide, under the Transportation Security Administration’s (TSA) Screening Partnership Program (SPP). These services include comprehensive screening of passengers and baggage at airports participating in the SPP. The applicable North American Industry Classification System (NAICS) code for this requirement is 488190. The SPP provides an operational capability of indefinite duration, and 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. 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. Future airport Task Order solicitations will be provided to only the companies that are awarded an IDIQ contract. Comments or correspondence must be submitted in accordance with the information/instructions contained in the solicitation. 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. Prospective offerors are notified that requests for clarification regarding a specific solicitation, or communication with the Contracting Officer, must be specific to the solicitation and follow its specific instructions. Clarifications submitted through instructions not intended for that solicitation will not be addressed or responded to. Prospective offerors are responsible for downloading the Request for Proposal (RFP) and all attachments. ------------------------------------------------------------------------------------------------------------------------***Sam.gov POSTING UPDATE 3/7/2025*** TSA in is the process of responding to Industry questions, which we will post as an amendment, and that the solicitation will be extended to allow an adequate response time after we post the amendment. ------------------------------------------------------------------------------------------------------------------------***Sam.gov POSTING UPDATE 3/12/2025*** TSA has extended the proposal submission deadline to March 24, 2025, 5:00pm EDT Eastern Time (see Amendment 00004 in the 'Attachments/Links' section of this posting). TSA is still in the process of responding to Industry clarification questions and will post the answers to those questions along with amendment 00005, which will capture several revisions. ------------------------------------------------------------------------------------------------------------------------***Sam.gov POSTING UPDATE 3/14/2025*** This notice provides Amendment 00005 to RFP # 70T05025R5900N002 (see Amendment 00005 and its attachments in the Attachments/Links section for all changes), answers to industry clarification questions, and provides an update to the SF-33 (the SF-33 page numbers reflect the current Amendment 00005 conformed RFP and not the original RFP), which corrects the Solicitation Number field error after downloading the document from SAM.gov. ------------------------------------------------------------------------------------------------------------------------***Sam.gov POSTING UPDATE 3/21/2025*** The purpose of this Amendment 00006 is to 1) revise section L.5.3.2 Required Proposal Compliance Information, 2) revise the table in section L.3 GENERAL PROPOSAL PREPARATION AND INSTRUCTIONS 3) revise section L.5.1.1 Factor 1: Corporate Experience, 4) Revise section M.3.1 Factor 1: Corporate Experience, 5) revise section L.7 SUBMISSION OF PROPOSALS, 6) revise the 70T05025R5900N002 SF-33, and 7) upload excel spreadsheet 70605025R5900N002_ CLARIFICATION_3.21.25 to Sam.gov. ------------------------------------------------------------------------------------------------------------------------***Sam.gov POSTING UPDATE 3/24/2025*** TSA uploaded 70T05025R5900N002_CLARIFICATIONS_3.24.25 in "Attachments/Links" to answer a clarifiction question on the subject of Amendment 00006. ------------------------------------------------------------------------------------------------------------------------***Sam.gov POSTING UPDATE 3/25/2025*** TSA uploaded 70T05025R5900N002_CLARIFICATIONS_3.25.25 in "Attachments/Links" to answer a clarifiction question on the subject of Amendment 00006 and the SF-33. ------------------------------------------------------------------------------------------------------------------------***Sam.gov POSTING UPDATE 3/11/2026*** The purpose of this Amendment 00007 is to 1) revise section TASK ORDER ORDERING PERIOD – 52.216-22(d), 2) update section L.5.1.1, 3) update section L.5.2.1, 4) delete and replace Sections C.3.2, C.5.1, C.5.1.1, C.9 and E.6, 5) update section F.2 – CONTRACT DURATION, 6) revise Section G – CONTRACT ADMINISTRATION DATA, 7) update section I.1 and 8) revise ATTACHMENT F – ESTIMATED CONSUMABLES LIST.

    Key dates

    1. March 12, 2026Posted Date
    2. March 13, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    Request for Proposal (RFP) 70T05025R5900N002 - Screening Partnership Program Follow-On Procurement is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.