CBP Design-Build Construction IDIQ

SOL #: 70B01C26R00000007Solicitation

Overview

Buyer

Homeland Security
Us Customs And Border Protection
ADMINISTRATION FACILITIES TRAINING CONTRACTING DIVISION
WASHINGTON, DC, 20229, United States

Place of Performance

Place of performance not available

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Miscellaneous Buildings (Y1JZ)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 17, 2025
2
Last Updated
Mar 5, 2026
3
Submission Deadline
Mar 9, 2026, 7:00 PM

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 for multiple Design-Build Construction Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. This opportunity aims to establish a pool of contractors to design and construct various CBP facilities, including checkpoints, sector headquarters, border patrol stations, and air facilities across the United States. The latest amendment is A006, and a revised RFP is available.

Scope of Work

The primary scope involves providing comprehensive construction services for CBP capital projects, encompassing new construction, renovation, alteration, repair, and demolition. This includes civil, architectural, structural, mechanical, electrical, fire protection, and communication systems, as well as incidental work like MEP, HVAC, utility distribution, and hazardous material removal. While primarily utilizing Design-Build methods, Design-Bid-Build or performance-based construction may also be employed. Additionally, a separate Statement of Work (SOW) dated February 20, 2026, outlines requirements for a Design-Build Construction Recommendations Report. This report will address streamlining task order award processes, incentivizing DB construction projects, and developing a Value Engineering study template.

Contract Details

  • Contract Type: Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ)
  • NAICS Code: 236220 (Commercial and Institutional Building Construction)
  • Estimated Value: Combined aggregate capacity for all IDIQ contracts is $10 Billion. Up to 10 awards are anticipated, with a maximum value of $10 Billion per IDIQ contract.
  • Period of Performance: Five (5) years from the date of award for the IDIQ contracts. Individual task orders will have their own periods of performance.
  • Set-Aside: Not explicitly a set-aside, but a Small Business Subcontracting Plan is required and is an evaluation factor (Factor 4). Goals and the plan should be based on the IDIQ Level valued at $2 Billion.

Evaluation & Submission

This procurement uses a two-phase Design-Build selection procedure with a total of six evaluation factors:

  • Phase 1 (Part A): Capability to Perform – Bonding Requirement (Factor 1). Rated Acceptable/Unacceptable. The bonding requirement for individual Task Orders (TOs) is $500 million per TO, with an aggregate of $2 billion. Corporate Surety letters must be from a Treasury Department Circular 570 listed surety. Resubmission of Phase 1 Part 1 is required for any vendors who previously submitted.
  • Phase 1 (Part B): Technical Competence (Factor 2), Prior Experience (Factor 3), and Small Business Subcontracting Plan (Factor 4).
    • Prior Experience (Factor 3): Requires at least two federal design-build or site projects under NAICS 236220, within the last 15 years, with a construction value of $25M or more per contract. Only new vertical construction projects are considered; renovations are excluded. Offerors may submit design-bid-build projects if at least two design-build projects are included. Submissions for prior experience must be from the prime contractor, with a maximum of one allowed from subs or teaming partners.
  • Phase 2: Key Personnel (Factor 5) and Price (Factor 6).
    • Key Personnel (Factor 5): Superintendent experience requires at least two design-build projects under NAICS 236220, within the last 15 years, having a construction value of $10 million. Senior Design Managers must possess current architecture or professional engineering state licensure OR be a DBIA Design-Build Professional®.
    • Price (Factor 6): A firm-fixed-price bid will be required for a "minimum order" Statement of Work in Phase 2, anticipated to be between $100,000 and $200,000. Bid guarantees/bonds are applicable only to this Phase 2 minimum order and resulting IDIQ task orders.

Key Dates

  • Phase 1(A) Responses Due: January 19, 2026, at 5:00 PM ET
  • Phase 1(B) Responses Due: January 30, 2026, at 1:00 PM ET
  • Phase 2 Responses Due: March 9, 2026, at 3:00 PM ET
  • Questions for Phase 1B Accepted Until: January 23, 2026, at 8:00 AM ET

Contacts

People

Points of Contact

Sai VelagaPRIMARY
Gary RobertsonSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 9
Solicitation
Posted: Mar 5, 2026
View
Version 8
Solicitation
Posted: Mar 2, 2026
View
Version 7Viewing
Solicitation
Posted: Jan 30, 2026
Version 6
Solicitation
Posted: Jan 28, 2026
View
Version 5
Solicitation
Posted: Jan 14, 2026
View
Version 4
Solicitation
Posted: Jan 13, 2026
View
Version 3
Solicitation
Posted: Jan 12, 2026
View
Version 2
Solicitation
Posted: Jan 6, 2026
View
Version 1
Solicitation
Posted: Dec 17, 2025
View
CBP Design-Build Construction IDIQ | GovScope