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, has issued a Combined Synopsis/Solicitation for Tactical Infrastructure (TI) Maintenance services. This 8(a) Set-Aside opportunity covers maintenance, repair, and improvement of TI assets across the Rio Grande Valley, Laredo, and Del Rio/Big Bend South Sectors in Texas. Only vendors who attended the mandatory site visits are eligible to submit proposals.
Scope of Work
The contractor will provide comprehensive maintenance services for various TI assets, including:
- Roads and bridges (including boat ramps)
- Fences and gates (including concertina/razor wire)
- Vegetation control and debris removal (e.g., Carrizo Cane)
- Border lighting and electrical systems
- Drainage and grate systems
- Tunnel remediation
- TI attributes such as shelters and generators
The scope excludes Architectural and Engineering (AE) services, security cameras, associated technology, communications equipment, and tower structures. The contract includes both scheduled (Firm Fixed Price) and unscheduled (Fixed Unit Price with a "not to exceed" ceiling) maintenance tiers. Unscheduled maintenance activities exceeding $750,000.00 are excluded.
Contract Details
- Contract Type: Hybrid (FFP and Fixed Unit Price)
- Period of Performance: One base year plus four one-year option periods (up to 5 years total)
- Set-Aside: 8(a) Set-Aside (FAR 19.8)
- Place of Performance: McAllen, Laredo, Del Rio/Alpine South/Sanderson, Texas
- Key Personnel: Requires a Senior Program Manager.
- Compliance: Davis Bacon Act and Service Contract Act wage determinations apply. Personnel requiring ILSS Maximo access need a favorable CBP Background Investigation.
Submission & Evaluation
Amendment A0001 clarifies critical submission deadlines:
- PPT Presentation Submission: March 13, 2026, by 12 PM EST.
- Phase 1 MS TEAMS Presentation Request: Must be submitted by March 13, 2026, by 12 PM EST. The Government will send meeting invitations by close of business on the same day.
- Corporate Interviews: Begin March 16, 2026.
Proposals will be evaluated using a best-value trade-off approach. Evaluation factors, in order of importance, are:
- 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. Offerors must be registered in SAM.
Required Attachments & Pricing
Bidders must utilize various provided attachments for pricing and technical details, including:
- Statement of Work (SOW)
- Wage Determinations (e.g., for Hidalgo County, TX)
- Notional Work Plan
- Unit Priced Bid Sheets (RGV, LRT, DRT/BBT S) for labor, materials, and equipment
- Scheduled Work Bid Forms (RGV, LRT, DRT/BBT S) for PMO costs and unscheduled maintenance coefficients
- Tactical Infrastructure Design Standards (Version 6, April 2025)