Facility Maintenance and Repair for the Arizona Region
ID: 20143037Type: Presolicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONADMINISTRATION FACILITIES TRAINING CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is soliciting proposals for an indefinite-delivery indefinite-quantity (IDIQ) contract focused on facility maintenance and repair services in the Arizona Region. The contract encompasses all necessary labor, supervision, tools, materials, and management to maintain and repair government facilities across Arizona, Nevada, and parts of California, with an anticipated performance period of one year plus four optional one-year extensions. This procurement is critical for ensuring the operational readiness and compliance of over 222 facilities managed by CBP, which play a vital role in border security and enforcement. Interested small businesses are encouraged to submit proposals by following the instructions in the forthcoming solicitation package, with a total estimated contract value of $47 million. For further inquiries, contact Lloyd A. Burton at lloyd.a.burton@cbp.dhs.gov or by phone at 817-868-8646.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal solicitation for an indefinite delivery/indefinite quantity (IDIQ) contract under the Department of Homeland Security (DHS) for Customs and Border Protection. It involves a total award amount of $47 million, aimed at providing preventive maintenance and minor repair services across various specified locations. The contract allows for multiple task orders, with a one-year base period and possibilities for options extending to five years. Key components include delivery schedules, minimum guarantees, and compliance with various federal regulations and clauses. The contractor is required to adhere to labor standards and environmental regulations while maintaining a strong commitment to service quality and ethical conduct. This solicitation emphasizes the government's intention to engage small businesses, including women-owned and service-disabled veteran-owned firms, supporting equitable participation in federal contracting opportunities.
    The U.S. Customs and Border Protection (CBP) Performance Work Statement (PWS) outlines the Facility Maintenance and Repair Program specifically for the Arizona Region. The primary objectives include ensuring optimal longevity of all facilities through effective preventive and repair maintenance, achieving a swift transition to full operational capability, and ensuring compliance with various standards. The CBP operates over 222 facility locations, with additional emphasis on a Quality Control Plan to maintain high service standards. The document details the scope of services, including labor management, equipment maintenance, preventive maintenance schedules, minor and major repair processes, and safety requirements during operations. The contractor is expected to maintain communication with the government representatives while providing timely service during emergencies. Additionally, the PWS mandates the utilization of a web-based tracking system to manage maintenance requests effectively. Overall, this PWS is aimed at streamlining operations, enhancing service delivery, and ensuring regulatory compliance within the facilities managed by CBP in the Arizona Region, thus contributing to the agency's mandate of safeguarding the nation's border and facilitating trade and travel.
    The document presents a comprehensive list of facilities operated by the Office of Border Patrol in Arizona, detailing their locations, sizes, and functionalities. It categorizes various facilities across multiple sectors, primarily focusing on their physical dimensions and intended operations, such as administration, maintenance, and detention. Key facilities include the Border Patrol Stations in Tucson, Ajo, Bisbee, Douglas, and Nogales, featuring structures like detention buildings, administrative offices, fitness facilities, and fueling stations. The report emphasizes total area coverage for both Border Enforcement (BE) and Border Patrol Air Marine Operations (AMO), culminating in a combined square footage of over 1.6 million. The document serves as a resource for federal RFPs and grants, illustrating the scale and distribution of border enforcement infrastructure, which could impact funding opportunities and resource allocation within the agency. Overall, it reflects government efforts to maintain border security through strategically located and equipped facilities.
    The document details an inventory of assets located at the Yuma-BPS facility, specifically focusing on their operational status, type, and specifications. It includes mechanical systems like HVAC, pumps, electrical components, and security systems, categorized by asset class, description, manufacturer, and condition. Key points highlight the operational functionality of various units, primarily indicating that most assets are in a "Good" condition, with a few classified as "Average" or "Moderate." The asset inventory serves as a vital resource for maintenance and management, aiding in budgeting for repairs, upgrades, and ensuring compliance with federal and state requirements. The comprehensive listing reflects ongoing oversight of government resources, critical for optimizing facility management and operational efficiency within the context of government RFPs and grants, emphasizing the importance of maintaining infrastructure integrity.
    The document outlines the instructions and specifications for offerors responding to a government Request for Proposal (RFP) related to maintenance and repair services under a project relevant to the USBP and OAM Arizona corridor locations. It details the pricing structure for a base period and four option periods, highlighting various line items for preventive, minor, intermediate, and major repairs, alongside their estimated costs and terms. Offerors are required to fill in specific fields, including their proposed prices, which will automatically calculate the total evaluated price. The total cost across all periods is estimated at $18,200,000, with each option period systematically mirroring the pricing structure of the base period. The document also emphasizes that the major repair line items are indefinite quantity items where the offeror will propose coefficients for pricing. Funding distinctions are noted, indicating that actual funds will be assigned at the time individual task orders are awarded, thereby underscoring the non-guaranteed nature of the listed amounts. This RFP structure aims to facilitate transparent bidding and cost assessment for maintenance services, ensuring compliance with federal procurement protocols.
    The document details various requests for proposals (RFPs) aimed at federal and local government facilities, specifically under the U.S. Border Patrol's jurisdiction. It outlines a comprehensive list of facilities, including types, square footage, and intended improvements or operations over terms ranging from three to twelve months, with a focus on detention, administrative, and operational spaces across multiple locations in Arizona and California. Key locations include facilities in Tucson, Ajo, Naco, Douglas, and Yuma, detailing their specific needs such as maintenance, vehicle facilities, training structures, and fuel islands. The overarching purpose appears to be to enhance operational capabilities and facilities in support of border security efforts. Each entry specifies the facility’s address, dimensions, and the quantity of units required, with costs and timelines marked as "to be determined." This plan indicates a strategic approach to improving infrastructure and resources available to the Border Patrol, ensuring a focused operational capability in critical areas of border management.
    The Arizona Region Facility List outlines the locations and designations of various facilities operated by the Office of Border Patrol across Arizona, specifically in the Tucson and Yuma sectors. The document includes a comprehensive listing of Border Patrol Stations (BPS), Forward Operating Bases (FOB), and checkpoints, detailing their specific addresses and operational codes. Facilities such as the Tucson BPSHQ, Nogales BPS, and several air branches are highlighted, indicating their roles in border security operations. Furthermore, it categorizes facilities based on county and type of building, including heavy, highway, and residential structures, allowing for easy classification and reference. This listing serves as an essential resource for federal grants, RFPs, and local operational needs, emphasizing the government’s ongoing efforts in border enforcement and logistical support in Arizona. Overall, the document is structured to provide quick access to critical operational sites within the Office of Border Patrol's jurisdiction, reflecting strategic enforcement capabilities along the Arizona-Mexico border.
    The document is a Past Performance Questionnaire used by the Department of Homeland Security (DHS) to evaluate contractors proposing to provide maintenance and repair services for government facilities in the Arizona Region. The questionnaire emphasizes the importance of past performance as a key evaluation criterion and instructs evaluators to provide detailed assessments regarding various factors, including corporate commitment, quality of service, timeliness of performance, and teaming arrangements. Evaluators are required to assign adjectival ratings from "Outstanding" to "Unsatisfactory" based on their experiences with the contractor. Additional details such as contract values, award dates, and the contractor's strengths and weaknesses are also solicited. The document contains a certification section for evaluators to affirm the accuracy of their information. This questionnaire plays a critical role in the contractor selection process for federal projects, ensuring that chosen firms demonstrate a proven track record of successful performance in related fields.
    The document outlines a series of site visits related to the Arizona Corridor Preventive Maintenance and Repair Solicitation, scheduled from October 28 to October 31, 2024. It details the itinerary for the Tucson and Yuma sectors, highlighting specific Border Patrol Stations (BPS) to be visited each day. The visits begin on October 28 at the Tucson Sector HQ, followed by stops at Nogales, Naco, and Douglas BPS locations. After transitioning to the Yuma Sector on October 30, a visit to the Wellton BPS is planned, with lodging in Yuma. The final day includes visits to the Yuma Sector HQ and the Yuma Air Marine Operations facility. These site visits are critical for assessing infrastructure needs related to preventive maintenance and repairs, supporting the federal RFP process aimed at ensuring operational readiness and border security in the region. The organization of the itinerary reflects a thorough approach to evaluating the specified locations within the parameters of the contracted work, intended to inform the next steps in the bidding and contracting process.
    The Department of Homeland Security's Quality Assurance Surveillance Plan (QASP) for the Regional Maintenance and Repair Contract in Arizona outlines the expectations for contractor performance, quality control, and government oversight. The document establishes that the contractor bears responsibility for the preventive and remedial maintenance of equipment, emphasizing the government's role in ensuring compliance with performance standards. Key components include a comprehensive Quality Control Plan (QCP) required from the contractor, methods of surveillance such as inspections and reviews, and performance standards grouped into functional areas. The plan addresses performance requirements based on federal regulations and relevant standards, specifying acceptable quality levels and measures. The contractor's performance will be evaluated, and deductions may occur for deficiencies identified during surveillance. Notifications and complaint resolution procedures are also outlined to manage performance issues. This structured approach ensures that contractor services meet established quality benchmarks while providing a framework for accountability and performance assessment, ultimately aimed at maintaining operational efficiency within Customs and Border Protection facilities.
    Similar Opportunities
    Active Vehicle Barrier Maintenance - Davis-Monthan AFB - Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Active Vehicle Barrier Maintenance and Repair services at Davis-Monthan Air Force Base (DMAFB) in Tucson, Arizona. The contract aims to provide preventive maintenance, inspection, and minor repairs for operational vehicle barriers, requiring the contractor to supply all necessary personnel, labor, equipment, and materials as outlined in the Performance Work Statement (PWS). This maintenance is crucial for ensuring the operational readiness and safety of vehicle barrier systems at the base. Interested small businesses must submit their quotes by October 25, 2024, and are encouraged to attend a site visit on October 9, 2024, with further inquiries directed to Edilberto Sampang Jr. at edilberto.sampang@us.af.mil or Jerry L. Sauder at 355CONS.PKBA.Services@us.af.mil.
    DRYDOCK REPAIRS TO THE CGC CIMARRON AND BARGE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform drydock repairs on the CGC Cimarron and associated barge. The procurement involves comprehensive maintenance tasks, including hull inspections, fire prevention measures, and environmental protections, to ensure the vessels remain operationally ready and compliant with safety standards. This opportunity is critical for maintaining the Coast Guard's fleet capabilities and is set aside for small businesses under the SBA guidelines. Interested contractors must submit their proposals by October 21, 2024, and direct any inquiries to Sandra A. Martinez at Sandra.A.Martinez@uscg.mil or Timothy Shuhart at Timothy.M.Shuhart@uscg.mil, with a deadline for questions set for October 16, 2024.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ and assigned 120’ Barges. The procurement requires contractors to deliver all necessary facilities, materials, equipment, personnel, and services for both planned and unplanned dry-dock repairs, ensuring compliance with stringent safety and environmental standards. This initiative is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, particularly in the Great Lakes region, where seasonal constraints affect vessel movement. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Diego Avila at diego.j.avila@uscg.mil, with the total contract value estimated at around $26 million over the contract period.
    Pre-solicitation Notice - MARITIME PATROL AIRCRAFT MAINTENANCE and LOGISTICAL SERVICES
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is preparing to solicit proposals for Maritime Patrol Aircraft (MPA) maintenance and logistical services. The procurement aims to secure reliable organizational and intermediate level maintenance, as well as logistics support for the MPA fleet, which includes P-3 and DHC-8 aircraft, essential for CBP's mission to combat terrorism and illegal smuggling activities. This contract will encompass a one-year base period with nine additional one-year options, and will be awarded through a full and open competition process. Interested parties can reach out to Bartek Chwalek or Joquita Wheeler via email for further inquiries, and updates will be posted on www.FBO.gov.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking qualified small businesses for the Regional Multiple Award Construction Contract (RMACC III), aimed at providing General Construction Services across the United States, Puerto Rico, Guam, and the U.S. Virgin Islands. This initiative is designed to identify capable contractors for a range of construction projects, with a total projected capacity of up to $4 billion, covering individual project estimates from $250,000 to $15 million. The RMACC III emphasizes the importance of small business participation in enhancing construction efficiency and will facilitate various construction needs, including building construction and infrastructure development. Interested contractors must submit their capabilities and responses by November 12, 2024, to the designated RMACC mailbox, with inquiries directed to Cheryl Berry at Cheryl.A.Berry@uscg.mil or by phone at 206-815-5287.
    Pre-Solicitation: 63rd RD Region 1 (Arkansas and Oklahoma) Design-Build MATOC IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, is seeking qualified small businesses for a Design-Build Multiple Award Task Order Contract (MATOC) for renovation and construction projects in Arkansas and Oklahoma. The procurement aims to provide comprehensive construction services, including design, repair, and maintenance of various facilities, with a focus on high-quality standards across multiple trades such as carpentry, electrical, HVAC, and plumbing. This opportunity is significant for small businesses in the construction sector, with a maximum contract value of $15 million and a five-year ordering period, with work expected to be completed by September 29, 2025. Interested vendors should contact Francisco Arocho at francisco.j.arocho.mil@army.mil or Steven Bailey at steven.m.bailey2.civ@army.mil for further details, and the solicitation is anticipated to be issued within 15 days of this notice.
    99 CES Barrier Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the maintenance and repair of vehicle barrier systems at Nellis Air Force Base in Nevada. The contractor will be responsible for providing all necessary personnel, equipment, and services to ensure the effective operation of these systems, which include various components such as actuators, control systems, and safety loops. This procurement is critical for maintaining security infrastructure at military installations, ensuring the safety and functionality of vehicle barriers. Proposals are due by October 28, 2024, and interested parties should direct any questions to Lisa Hallberg at lisa.hallberg.1@us.af.mil. The contract is set to span from December 25, 2024, to December 24, 2029, with a total estimated value of $275,000.
    Z--PIR Road Maintenance No. 1
    Active
    Interior, Department Of The
    Presolicitation INTERIOR, DEPARTMENT OF THE is planning to issue an Invitation for Bid (IFB) Solicitation for the Project PIR Maintenance No. 1 - Road Construction on the Tohono O'odham Nation, Pima County, Arizona. The project involves scarifying the existing disturbed roadway width to a depth of 6 inches, incorporating soil cement, grading, shaping, and compacting for 39.20 miles on Routes 2, 12, 18, 24, and 181. The estimated project magnitude is between $1,000,000.00 and $5,000,000.00, with a performance period of 150 calendar days. Contractor registration in the Government's System for Award Management (SAM) is required. The solicitation package is anticipated to be released on or about the week of April 18, 2024, with a thirty-day solicitation period.
    J--IL CRAB ORCHARD NWR HVAC SERVICE BPA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from small businesses for a Blanket Purchase Agreement (BPA) to provide HVAC services at the Crab Orchard National Wildlife Refuge in Illinois. The BPA will cover a five-year period, from November 11, 2024, to November 10, 2029, and includes routine maintenance, repair, and diagnostics for HVAC systems at the Headquarters and Visitor Center, with mandatory biannual service visits to ensure operational efficiency and compliance with manufacturer standards. Interested contractors must conduct a mandatory site visit to assess the HVAC conditions before submitting their proposals, which are due electronically by November 1, 2024. The BPA has a maximum limit of $250,000, and proposals will be evaluated based on technical capability and past performance, with compliance to federal regulations being a critical factor. For further inquiries, potential bidders can contact Jeremy Riva at jeremyriva@fws.gov or by phone at 303-236-4327.
    UPS maintenance and replacement
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the maintenance and replacement of Uninterruptible Power Supplies (UPS) and Direct Current (DC) Power Plants at the Joint Interoperability Test Command (JITC) located in Fort Huachuca, Arizona. The contract aims to ensure the efficient functioning of critical power systems, encompassing scheduled preventive maintenance, emergency repairs, and battery replacements, with a contract duration of one base year and four optional years. This procurement is vital for maintaining operational excellence and security compliance, as all personnel must be U.S. citizens and adhere to specific clearance protocols. Interested vendors should note that the proposal submission deadline has been extended to October 18, 2024, and can reach out to Gabe Zuccarelli or Haylee Wheat via email for further inquiries.