DHS/CBP Commercial Solutions Opening - General Solicitation Release - Illegal Transshipment Pilot - CSOP-BP-GS-26-0001
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 released a Commercial Solutions Opening (CSO) for an Illegal Transshipment Pilot (CSOP-BP-GS-26-0001). This initiative seeks AI-driven commercial solutions to identify imports posing a high risk for illegal transshipment, enabling CBP to inform enforcement actions and prevent high-risk imports. This non-FAR based solicitation leverages Section 880 of the NDAA for FY2017 to acquire innovative commercial items, technologies, and services. Solution Briefs are due April 24, 2026.
Purpose & Scope
CBP aims to explore how cutting-edge AI technologies can be leveraged to detect and prevent illegal transshipment. Vendors will develop and implement AI-driven solutions that provide insights via "referral packages" to CBP, articulating specific risk factors for imports currently in transit. The pilot seeks solutions capable of accurately detecting illegal transshipment at a rate of 90% or higher, without exposing CBP's sensitive targeting models or data.
Contract Details
- Type: Intended Firm Fixed Price, Non-FAR based Commercial Solutions Opening (CSO).
- Duration: A no-cost, 180-day base period of performance is required to prove scalability and accuracy. Up to two option periods may be exercised, with a total contract duration not exceeding 60 months.
- Value: Proposed pricing for each option period must not exceed $1,250,000.
- Set-Aside: No specific set-aside is mentioned; the program encourages participation from traditional and non-traditional contractors.
- Place of Performance: Washington, DC, with implied integration with CBP systems.
Submission & Evaluation
The solicitation process is multi-phased:
- Phase 1: Submission of a written Solution Brief (max 20 pages) by April 24, 2026, 3:00 pm EST. This phase may include an optional invitation for Oral Presentations/Technical Demonstrations.
- Phase 2: Request for Full Proposal Submission (max 25 pages) for viable candidates, due two weeks after notice. Evaluation will be based on individual merit, focusing on "innovative commercial items." Key criteria include Capabilities Approach, Transition Approach, and Submitter's Related Experience. Performance will be measured by scalability (actionable referral packages) and accuracy (percentage leading to prevention or duty identification), with increasing thresholds for option periods.
Key Dates & Contacts
- Questions Due: April 7, 2026, 3:00 pm EST.
- Solution Briefs Due: April 24, 2026, 3:00 pm EST.
- Contacts for Questions/Submissions: aristide.horugavye@cbp.dhs.gov, peter.a.giambone@cbp.dhs.gov, joshua.bedregal@cbp.dhs.gov.
Special Requirements
All potential recipients must be registered in the System for Award Management (SAM) prior to award. Adherence to DHS and CBP IT security policies, including security authorization, FIPS 197 AES 256 encryption, and strict data handling protocols for privacy, security, and retention, is mandatory.