CBP Design-Build Construction IDIQ
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 Department of Homeland Security (DHS), U.S. Customs and Border Protection (CBP) has issued a Solicitation (70B01C26R00000007) for multiple Indefinite Delivery/Indefinite Quantity (IDIQ) Design-Build Construction contracts. This opportunity, with an aggregate capacity of $10 Billion over five years, seeks contractors to design and construct CBP facilities across the United States. Phase 1(A) responses are due January 19, 2026, at 5:00 PM ET, and Phase 1(B) responses are due January 30, 2026, at 1:00 PM ET.
Purpose & Scope
CBP aims to establish multiple IDIQ contracts to support the renovation, repair, maintenance, and construction of new facilities to meet modern border security operational needs. The scope includes new vertical construction projects for Border Patrol stations, Air and Marine Facilities, and Border Patrol Checkpoints. Services encompass civil, architectural, structural, mechanical, electrical, fire protection, and communication systems, along with associated utilities, environmental compliance, and site work. Renovation projects are excluded; only new vertical construction projects will be considered.
Contract Details
- Contract Type: Multiple Indefinite Delivery/Indefinite Quantity (IDIQ)
- Duration: Five (5) years from the date of award
- Estimated Aggregate Value: Up to $10 Billion across all awarded IDIQ contracts
- NAICS Code: 236220 (Construction Of Miscellaneous Buildings)
- Delivery Method: Primarily Design-Build, but may include Design-Bid-Build or performance-based construction delivery for task orders. Offerors may submit design-bid-build projects if they also include at least two design-build projects.
- Set-Aside: Not a specific set-aside, but a Small Business Subcontracting Plan is required. Goals and the plan should be based on the IDIQ Level valued at $2 Billion, with offerors submitting their own goals per socioeconomic category.
Submission & Evaluation
This procurement utilizes a two-phase design-build selection procedure with a total of six evaluation factors.
- Phase 1 (Part A): Evaluates Capability to Perform based on Bonding Requirement. The individual Task Order bonding requirement is $500 Million, with an aggregate Payment and Performance bonding capacity of $2 Billion. A corporate surety letter from a Treasury Department Circular 570 listed surety is required.
- Phase 1 (Part B): Evaluates Technical Competence, Prior Experience, and Small Business Subcontracting Plan.
- Prior Experience: Requires at least two federal design-build or site projects under NAICS 236220, within the last 15 years, with a construction value of $25 Million or more per contract. Overall industry experience is sufficient for the ten-year requirement. Submissions should primarily be for prime contractor work, with a maximum of one submission from subs or teaming partners.
- Phase 2: Evaluates Key Personnel and Price.
- Key Personnel: Senior Design Managers must possess a current architecture or professional engineering state licensure OR be credentialed by the Design-Build Institute of America (DBIA). Superintendents require experience on at least two design-build projects under NAICS 236220, within the last 15 years, with a construction value of $10 Million.
- Bid Guarantee: Applicable only to Phase 2 "minimum order" and resulting IDIQ task orders. The "minimum order" for Phase 2 is anticipated to be $100,000.00 to $200,000.00, requiring a firm-fixed-price bid.
Key Dates & Contacts
- Phase 1(A) Response Due: January 19, 2026, at 5:00 PM ET
- Phase 1(B) Response Due: January 30, 2026, at 1:00 PM ET
- Questions for Phase 1B Accepted Until: January 23, 2026, at 8:00 AM ET
- Primary Points of Contact: Sai Velaga (sai.p.velaga@cbp.dhs.gov) and Gary Robertson (gary.r.robertson@cbp.dhs.gov). No phone calls will be accepted.