Yuma, Arizona and El Centro, California Sectors-TI Maintenance Solicitation
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), US Customs and Border Protection (CBP), has issued a Combined Synopsis/Solicitation for Tactical Infrastructure (TI) Maintenance Services in the Yuma, Arizona and El Centro, California Sectors. This opportunity is a Firm Fixed Price/Fixed Unit Price hybrid contract with a Not-to-Exceed (NTE) amount, set aside for 8(a) small businesses. The contract aims to secure expert technical solutions and services for maintaining critical border infrastructure. Proposals are due by February 16, 2026, at 9 AM ET.
Scope of Work
The contractor will provide comprehensive maintenance, repair, and improvement services for CBP TI assets, including:
- Roads and bridges (including boat ramps and floating boat slips)
- Fences and gates (including concertina/razor wire)
- Vegetation control and debris removal
- Border lighting and electrical systems
- Drainage and grate systems
- Tunnel remediation
- TI attributes such as cameras, shelters, and generators
Services encompass both scheduled and unscheduled maintenance, with unscheduled activities exceeding $750,000.00 per activity excluded from this contract. Architectural and Engineering (AE) services and security cameras/associated technology are also excluded.
Contract Details
- Contract Type: Firm Fixed Price/Fixed Unit Price hybrid with NTE
- Duration: Five years, consisting of one base year and four one-year option periods.
- Set-Aside: 8(a) Set-Aside (FAR 19.8)
- Place of Performance: Yuma Sector (Yuma, AZ) and El Centro Sector (El Centro, CA).
Submission & Evaluation
This acquisition follows a two-phase, best value trade-off evaluation process:
- Phase 1: Requires a Corporate Interview Questionnaire for an advisory down-select.
- Phase 2: Involves a written proposal, including a Notional Work Plan and Work Estimate Forms.
Evaluation factors, in order of importance, are: Experience, Management Approach, Technical Capabilities, and Price. Non-price factors combined are significantly more important than price. Proposals are subject to page limits for certain sections.
Key Dates
- Site Visits: Completed on January 26-27, 2026. Only vendors who attended are eligible to proceed.
- Questions Due: Was January 28, 2026, 5 PM ET.
- Corporate Questionnaires Due: Was January 30, 2026, 1 PM ET.
- Proposal Due Date: February 16, 2026, 9 AM ET.
Additional Notes
Contractor personnel require background investigations and favorable CBP BI for system access. The contractor must comply with all applicable Federal, State, local, and Tribal laws and regulations, including environmental and safety standards. Wage determinations (DBA and SCA) for Imperial County, CA, and Yuma County, AZ, are provided and must be adhered to. The contractor will utilize the ILSS Maximo web-based work management system.