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 11, 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 (RFP) for multiple Design-Build Construction Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. This opportunity aims to establish a pool of contractors for the design and construction of various CBP facilities across the United States. The latest amendment, A008, extends the Phase 2 response deadline to March 11, 2026, at 3:00 PM ET.

Purpose & Scope

CBP seeks to establish multiple IDIQ contracts to design and construct facilities such as checkpoints, sector headquarters, border patrol stations, and air facilities nationwide. The scope includes new construction, renovation, demolition, and infrastructure work, primarily utilizing Design-Build methods. A "seed project" for Phase 2 involves developing a Design-Build Construction Recommendations Report to improve IDIQ contract processes, incentivize performance, and standardize Value Engineering studies.

Contract Details

  • Contract Type: Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ)
  • Selection Process: Two-Phase Design-Build
  • Period of Performance: Five (5) years from the date of award
  • Estimated Value: Up to $10 billion aggregate capacity across all IDIQ contracts; up to 10 awards are anticipated.
  • NAICS Code: 236220 (Construction Of Miscellaneous Buildings)
  • Set-Aside: Not explicitly set-aside, but a Small Business Subcontracting Plan is required, with goals based on an IDIQ value of $2 billion.

Submission & Evaluation

This procurement utilizes a two-phase design-build selection procedure:

  • Phase 1(A) - Capability to Perform (Factor 1): Evaluates bonding requirements. Responses were due by January 19, 2026, at 5:00 PM ET. Individual Task Order bonding capacity is $500 million, with an aggregate of $2 billion. Resubmission was required for previous submitters.
  • Phase 1(B) - Technical Competence, Prior Experience, and Small Business Subcontracting Plan (Factors 2, 3, 4): Responses were due by January 30, 2026, at 1:00 PM ET. Questions for Phase 1B were accepted until January 23, 2026.
  • Phase 2 - Key Personnel and Price (Factors 5, 7): Responses are due by March 11, 2026, at 3:00 PM ET. This phase includes a firm-fixed-price bid for a minimum order "seed project."

Key Requirements & Clarifications (from latest amendments)

  • Prior Experience (Factor 3): Requires at least two federal design-build or site projects under NAICS 236220 within the last 15 years, each with a construction value of $25M or more. Only new vertical construction projects are considered.
  • Key Personnel (Factor 5): Senior Superintendent experience requires 30+ years of relevant experience in lieu of a degree, or 10+ years with a Bachelor's degree. CQM accreditation is acceptable.
  • Submission Format: Technical and price factors must be submitted as separate PDFs. The technical proposal for Factor 6 (seed project SOW) is limited to one page per deliverable. No file size limitations for email submissions.
  • Bid Guarantee: Not required for the Phase 2 submission, but will be required at the Task Order level.

Contacts

Primary points of contact are Sai Velaga (sai.p.velaga@cbp.dhs.gov) and Gary Robertson (gary.r.robertson@cbp.dhs.gov). No phone calls will be accepted.

People

Points of Contact

Sai VelagaPRIMARY
Gary RobertsonSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 9Viewing
Solicitation
Posted: Mar 5, 2026
Version 8
Solicitation
Posted: Mar 2, 2026
View
Version 7
Solicitation
Posted: Jan 30, 2026
View
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