Preventative Maintenance, Repair and Alteration Services: Southern California

SOL #: 70B01C25R00000058Solicitation

Overview

Buyer

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

Place of Performance

CA

NAICS

Facilities Support Services (561210)

PSC

Maintenance Of Office Buildings (Z1AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 22, 2025
2
Last Updated
Jul 1, 2025
3
Submission Deadline
Jul 3, 2025, 2:00 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.

The Customs and Border Protection (CBP) intends to award an indefinite-delivery indefinite-quantity (IDIQ) contract for all labor, supervision, tools, materials, parts, equipment, transportation, licenses, permits, certifications and management necessary to provide for equipment and system maintenance and repairs at government facilities in the Southern California Region.  The locations of work will be in the Southern California Region which consists of ten (10) counties, Imperial County, Kern County, Los Angeles County, Orange County, Riverside County, San Bernardino County, San Diego County, San Luis Obispo County, San Barbara County and Ventura County. The anticipated period of performance is 12-month base period plus four one-year options periods from the date of contract award.

The solicitation will be in accordance with incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03.  This requirement will be awarded through a competitive process as a total Set-Aside for Small Businesses. All work will be required to meet appropriate CBP, Federal, State, and Local standards and are defined in the Performance Work Statement that will be part of the forthcoming solicitation package.   (Note: This solicitation will be evaluated on a “Best Value” basis.) 

The North American Industrial Classification System (NAICS) code for this procurement is 561210 (Facilities Support Services) with a small business size standard of $47.0 million. e-mail (only) at denise.v.thompson@cbp.dhs.gov.  The final solicitation package will be issued on a total small business set-aside (100%) basis.  All responsible small businesses may submit a proposal, which shall be considered by the agency. 

Questions regarding the forthcoming solicitation package may be addressed to Denise V. Thompson as above. 

Submission of proposals shall be in accordance with the instructions in the solicitation document. The solicitation documents will be released via www.SAM.gov (Only).

People

Points of Contact

Denise V. ThompsonPRIMARY
Rick A. TravisSECONDARY

Files

Files

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

Versions

Version 6
Solicitation
Posted: Jul 1, 2025
View
Version 5Viewing
Solicitation
Posted: Jun 21, 2025
Version 4
Solicitation
Posted: Jun 6, 2025
View
Version 3
Solicitation
Posted: May 26, 2025
View
Version 2
Solicitation
Posted: May 12, 2025
View
Version 1
Pre-Solicitation
Posted: Apr 22, 2025
View
Preventative Maintenance, Repair and Alteration Services: Southern California | GovScope