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 U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is soliciting proposals for Tactical Infrastructure (TI) Maintenance Services in the Yuma, Arizona and El Centro, California Sectors. This 8(a) Set-Aside opportunity requires expert technical solutions for maintaining various border infrastructure assets. Final proposals are due February 16, 2026, at 9 AM EST.
Scope of Work
The contractor will provide scheduled and unscheduled maintenance, repair, and improvement services for 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
- Border lighting and electrical systems
- Drainage and grate systems
- Tunnel remediation
- TI attributes such as shelters and generators
Unscheduled maintenance activities exceeding $750,000.00 per event are excluded. Architectural and Engineering (AE) services and security cameras/associated technology are also excluded.
Contract Details
- Type: Firm Fixed Price/Fixed Unit Price hybrid contract with a Not-to-Exceed (NTE) amount.
- Period of Performance: One base year and four one-year option periods, totaling up to 54 months.
- Place of Performance: Yuma, Arizona and El Centro, California Sectors.
- Key Requirements: Contractors must establish a local office within each sector's Area of Responsibility (AOR), with home-based arrangements not permitted. Maintenance teams must consist of at least two personnel. Contractors are responsible for providing all materials and locating water sources. Urgent work may be required 24/7. All personnel will undergo security screening and background investigations. Compliance with Service Contract Act (SCA) and Davis-Bacon Act (DBA) wage rates is required for applicable tasks. The contractor will utilize the ILSS Maximo web-based work management system.
Submission & Evaluation
This acquisition follows a best value trade-off approach with a two-phase evaluation:
- Phase 1 (Advisory Down-Select): Requires submission of a Corporate Interview Questionnaire (limited to 4 pages), due February 2, 2026, by 12:00 PM ET. This phase focuses on Past Performance (prime contractor experience within the last 8 years), Organizational Approach, Self-Performance Capability, Quality Control & Safety, and Risk Assessment. Visual aids are acceptable during interviews.
- Phase 2: Selected offerors will submit a written proposal, including a Notional Work Plan and Work Estimate Forms.
- Final Proposal Due: February 16, 2026, 9 AM EST.
- Evaluation Factors (in order of importance): Experience, Management Approach, Technical Capabilities, and Price. Non-price factors combined are significantly more important than Price. Key Personnel resumes do not count towards the 15-page limit for Factor 2.
Additional Notes
Mandatory site visits for both Yuma and El Centro were completed on January 26th and 27th, 2026. Only vendors who attended these site visits are eligible to proceed with the proposal process. An amendment was issued to address vendor questions and provide an updated notional work plan.