CTPAT Outreach and Communication
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
This is a Justification for a Sole Source procurement by U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, for CTPAT Outreach and Communication services. Specifically, it justifies a follow-on purchase order for comprehensive media support services. The procurement is for actions not exceeding the Simplified Acquisition Threshold (SAT) and is based on the rationale that only one source is reasonably available, making it a logical follow-on to a previous order.
Scope of Work
The contractor will provide comprehensive media support services to integrate communication efforts for CBP's OFO CTPAT program with updated policies. This includes research and creation of content in various formats such as print, broadcast, radio, video, photography, infographics, web, digital, and mobile-friendly content. Deliverables must comply with Federal Section 508 and DHS-specific accessibility requirements.
Contract Details
- Type: Sole Source Justification (Follow-on Purchase Order)
- Authority: RFO Subpart 8.4/GSAR 538.7104-3(a)
- Period of Performance: 12 months from the date of award
- Location: Primarily at the contractor's facility, with potential on-site service at CBP's primary address in Washington, DC.
- Set-Aside: Not applicable (Sole Source)
- Published: May 7, 2026
Rationale for Sole Source
The justification states that the procurement is a logical follow-on to a previous order. The incumbent contractor possesses the necessary knowledge and resources from prior performance, ensuring continuity, economy, and efficiency for the program. The anticipated price will be determined fair and reasonable through market research and comparison with previous purchases, current price lists, similar items, and the Independent Government Cost Estimate (IGCE).
Contact Information
Primary Point of Contact: Aga Frys (aga.frys@cbp.dhs.gov)