Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
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 U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is soliciting proposals for Tactical Infrastructure (TI) Maintenance, Repair, and Improvement Services across the Rio Grande Valley, Laredo, and Del Rio/Big Bend South Sectors in Texas. This is an 8(a) Set-Aside opportunity. Only vendors that attended the mandatory site visits are eligible to submit proposals. Phase one experience submissions are due by March 13, 2026, at 12:00 PM ET.
Scope of Work
The contractor will provide comprehensive maintenance, repair, and improvement services for various TI assets. This includes:
- Roads and Bridges: Including boat ramps and floating boat slips.
- Fences and Gates: Including concertina/razor wire.
- Vegetation Control and Debris Removal: Including Carrizo Cane and Hyacinth/Hydrilla.
- Border Lighting and Electrical Systems.
- Drainage and Grate Systems.
- Tunnel Remediation.
- TI Attributes: Such as shelters and generators. The work is divided into scheduled maintenance (firm fixed price) and unscheduled maintenance (fixed unit priced). Excluded services include Architectural and Engineering (AE) services, security cameras, communications equipment, and tower structures.
Contract Details
- Contract Type: Hybrid contract, combining Firm Fixed Price (FFP) for scheduled maintenance and fixed unit pricing for unscheduled maintenance, with a "not to exceed" (NTE) ceiling.
- Period of Performance: A base year plus four one-year option periods, totaling up to five years.
- Set-Aside: This is an 8(a) Set-Aside (FAR 19.8), limiting competition to eligible 8(a) concerns.
- Place of Performance: Rio Grande Valley Sector (McAllen, TX), Laredo Sector (Laredo, TX), and Del Rio/Big Bend South Sectors (Del Rio, TX/Alpine South/Sanderson, TX).
- Wage Requirements: Davis Bacon Act and Service Contract Act wage determinations apply.
Submission & Evaluation
- Proposal Submission Deadline: Phase one, factor one (Experience submission) is due by March 13, 2026, at 12:00 PM ET. Corporate interviews will commence on March 16, 2026.
- Submission Method: Proposals must be submitted electronically via the System for Award Management (SAM).
- Evaluation Factors: Award will be based on a best-value trade-off approach, with factors weighted as follows:
- Experience (Phase 1: Corporate Interview Questionnaire)
- Written Proposal for Management Approach (Phase 2)
- Written Proposal for Technical Capabilities (Phase 2)
- Price (Phase 2) Factors 1-3 combined are significantly more important than Price.
- Eligibility: Only vendors that attended the mandatory site visits are eligible to submit proposals. Offerors must be registered in SAM.
Key Attachments
The solicitation includes detailed attachments such as the Statement of Work, Wage Determinations, Notional Work Plan, Unit Priced Bid Sheets (for RGV, LRT, DRT), Scheduled Work Bid Forms (for RGV, LRT, DRT), and TI Design Standards. These documents provide critical information for pricing and technical requirements.