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 (DHS) is soliciting proposals for Tactical Infrastructure (TI) Maintenance Services in the Yuma, Arizona, and El Centro, California Sectors. This is a 100% 8(a) Set-Aside opportunity. Only vendors who attended the mandatory site visits are eligible to submit proposals. Phase 2 proposals are due March 4, 2026, at 11:30 AM EST.
Scope of Work
The contractor will provide expert technical solutions and services for the maintenance, repair, and improvement of CBP 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 cameras, shelters, and generators
Unscheduled maintenance activities exceeding $750,000 will not be executed under this contract.
Contract Details
- Contract Type: Firm Fixed Price/Fixed Unit Price hybrid with a Not-to-Exceed (NTE) amount.
- Period of Performance: A base year plus four one-year option periods, with a total duration cap of 54 months.
- Place of Performance: Yuma, Arizona, and El Centro, California. Contractors must establish and maintain an office within each sector's Area of Responsibility (AOR); home-based arrangements are not permitted.
- Wage Rates: Compliance with Davis-Bacon Act and Service Contract Act wage rates is required for applicable tasks.
Eligibility & Submission
This acquisition is 100% set aside for 8(a) small businesses. A critical requirement is that only vendors who attended the mandatory site visits are eligible to proceed with the proposal process. Phase 2 proposals, including the Corporate Interview Questionnaire, Management Approach, Technical Capabilities, and Price, are due by March 4, 2026, at 11:30 AM EST.
Evaluation Criteria
Award will be based on a best value trade-off. The evaluation factors are:
- Factor 1: Experience (Corporate Interview Questionnaire, limited to 4 pages)
- Factor 2: Written Proposal for Management Approach (limited to 15 pages)
- Factor 3: Written Proposal for Technical Capabilities (limited to 25 pages)
- Factor 4: Price
Factors 1-3 combined are significantly more important than Price (Factor 4). Factor 2 is more important than Factor 3, and Factor 3 is more important than Factor 1. Key Personnel Resumes do not count towards the 15-page limit for Factor 2.
Key Requirements & Clarifications
- All maintenance teams must consist of at least two people.
- Contractors are responsible for providing all materials.
- Bonding capability will be required, with evidence needed after award.
- Corporate experience for Factor 1 must be as the Prime Contractor within the last eight years.
- Personnel require background investigations and favorable CBP BI for system access, utilizing the ILSS Maximo system.