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 critical border infrastructure. Proposals are due February 20, 2026, 5 PM ET.
Scope of Work
The contractor will provide maintenance, repair, and improvement services for various 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 a $750,000 limit per unscheduled activity. Architectural and Engineering (AE) services and security cameras/associated technology are excluded.
Contract Details
- Type: Firm Fixed Price/Fixed Unit Price hybrid contract with a Not-to-Exceed (NTE) amount.
- Duration: 5 years (1 base year + 4 one-year option periods).
- Set-Aside: 8(a) Small Business.
- Place of Performance: Yuma Sector (Yuma, AZ) and El Centro Sector (El Centro, CA).
Eligibility & Submission
- Mandatory Site Visit: Only vendors who attended the previously completed site visits are eligible to move forward.
- Evaluation Factors: Best value trade-off based on Experience, Management Approach, Technical Capabilities, and Price. Non-price factors are significantly more important than price.
- Phase 1: Requires a Corporate Interview Questionnaire (limited to 4 pages) for an advisory down-select.
- Phase 2: Involves a written proposal, Notional Work Plan, and Work Estimate Forms.
- Corporate Experience: Must be by the Quoter as the Prime Contractor within the last eight years; parent/affiliate/sister company performance is not accepted.
- Key Personnel Resumes: Do not count towards the 15-page limit for Factor 2.
Key Requirements
- Local Office: Contractors must have an office within each sector's Area of Responsibility (AOR); home-based arrangements are not permitted.
- Staffing: All maintenance teams must consist of at least two people.
- Materials: Contractors should plan on providing all materials.
- Bonding: Bonding capability will be required, with evidence needed after award.
- Work Management: Utilize the ILSS Maximo web-based system.
- Compliance: Adherence to Davis-Bacon Act and Service Contract Act wage rates (Yuma and El Centro specific wage determinations provided).
Deadlines
- Proposal Due Date: February 20, 2026, 5 PM ET (extended by Amendment 03). A new due date will be established after Phase 1 evaluations.
- Corporate Questionnaire Due Date: February 2, 2026, 12:00 PM ET (extended by Amendment 02).
Contact
- Contracting Officer: Kevin Sarff (Kevin.P.Sarff@cbp.dhs.gov)