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 opportunity is a 100% 8(a) Set-Aside for a Firm Fixed Price/Fixed Unit Price hybrid contract. Proposals are due March 4, 2026, at 11:30 AM ET.
Scope of Work
The contractor will provide expert technical solutions and services to maintain a wide range of 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
- Clearing and repairing 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 for individual unscheduled activities.
Contract Details
- Contract Type: Firm Fixed Price/Fixed Unit Price hybrid with a Not-to-Exceed (NTE) amount.
- Duration: A base year plus four one-year option periods, totaling 5 years (54-month cap).
- Set-Aside: 100% 8(a) Set-Aside.
- Place of Performance: Yuma Sector (Yuma, AZ) and El Centro Sector (El Centro, CA).
Key Requirements & Eligibility
- Mandatory Site Visits: Site visits for Yuma and El Centro were mandatory and have been completed (January 26-27, 2026). Only vendors who attended these site visits are eligible to proceed with the proposal process.
- Local Office: Contractors must maintain an office within each sector's Area of Responsibility (AOR).
- Staffing: All maintenance teams must consist of at least two people.
- Materials: Contractors are responsible for providing all materials.
- Corporate Experience: Performance must be by the Quoter as the Prime Contractor within the last eight years.
- Personnel: Key personnel include a Senior Program Manager, QC/Safety Manager, and Analyst. Background investigations (BI) are mandatory for personnel accessing the ILSS Maximo system.
- Wage Rates: Davis Bacon Wage Rates apply for construction-related task orders.
- Bonding: Bonding capability will be required, with evidence needed after award.
Evaluation Factors
Award will be based on a "best value trade-off" approach, considering:
- Experience (Corporate Interview Questionnaire, 4 pages)
- Management Approach (Written Proposal, 15 pages)
- Technical Capabilities (Written Proposal, 25 pages)
- 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 page limits.
Important Dates
- Phase 2 Proposal Due: March 4, 2026, 11:30 AM ET.
- Published Date: February 25, 2026.
Amendments & Clarifications
Multiple amendments have been issued, providing Q&A responses, extending deadlines, and updating solicitation documents. The latest amendments (04, 05, 06) extended the Phase 2 proposal due date, clarified RFI submission for Amendment 4 changes, and provided responses to questions regarding recent RFP changes and an updated notional work plan. Clarifications include details on key personnel qualifications, resume submission guidelines, and inspection requirements for the Sanchez Canal Bridge.