CBP Yuma Sunshade Canopy Installation
ID: 20149165Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONBORDER ENFORCEMENT CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

Poured Concrete Foundation and Structure Contractors (238110)

PSC

INSTALLATION OF EQUIPMENT- CONSTRUCTION AND BUILDING MATERIALS (N056)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 9:00 PM UTC
Description

The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the installation of a sunshade canopy at the Adair Park Firing Range in Yuma, Arizona. The project involves the design, engineering, and installation of a 48' x 55' fabric shade structure, including necessary hardware and concrete footings, with a completion timeline of 120 days from the award date. This initiative is crucial for enhancing operational facilities at the firing range, ensuring safety and compliance with government standards. Interested vendors must attend a mandatory site visit on April 1, 2025, and submit their quotations by April 8, 2025, with inquiries directed to Contract Specialist Benjamin Dorgan at benjamin.j.dorgan@cbp.dhs.gov.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 12:04 AM UTC
The Statement of Work (SOW) outlines the requirements for the installation of a fabric shade structure at the CBP Adair Firing Range in Yuma, AZ. The project involves comprehensive design, engineering, and installation services provided by a General Contractor, who will manage all necessary materials, permits, and labor. Key tasks include transporting and inspecting government-furnished materials, developing site investigation documents and engineering calculations, and ensuring compliance with federal, state, and local codes. Safety and environmental regulations must be adhered to, including proper disposal of construction debris and the maintenance of a hazard-free work environment. The contractor is required to provide a two-year warranty on the work and will be responsible for supervision during the project duration, which should not exceed 120 calendar days from order receipt. Communication with CBP is essential for security and project coordination. The completion of various design phases, including 75% and 100% design documents, is also stipulated. This SOW serves as a structured guideline to ensure the successful and compliant installation of the shade structure, underscoring the importance of safety, regulatory adherence, and efficient project management within the context of federal procurement processes.
Apr 10, 2025, 11:05 PM UTC
The document outlines the Federal Acquisition Regulation (FAR) clauses and provisions applicable to solicitation RFQ 20149165. It serves as a reference for contractors in understanding their obligations regarding various contractual elements. Key sections include safeguards for contractor information systems, compliance requirements for small business subcontractors, and prohibitions on using specific telecommunications and software developed by certain foreign entities. It also discusses minimum wage standards under Executive Order 14026 and the processes for electronic invoicing through the U.S. Department of Treasury's Invoice Processing Platform (IPP). Overall, the document details the regulatory framework that governs federal contracting processes, ensuring compliance with legal stipulations, ethical standards, and security measures. These clauses are essential for maintaining accountability and transparency in government procurement, emphasizing the importance of safeguarding sensitive information and promoting fair labor practices. The structured format includes numbered sections, each addressing specific clauses, thereby facilitating easy navigation for contractors. This comprehensive reference is integral for entities seeking to engage in federal contracts, thereby aligning operations with government policies and statutes.
Apr 10, 2025, 11:05 PM UTC
The document outlines mandatory site visit information for prospective vendors responding to Solicitation Notice ID 20149165, focused on the installation of a Sunshade Canopy at the Adair Park Firing Range in Yuma, AZ. This site visit is essential for vendors to gather necessary measurements and details required for accurate quotations. Scheduled for April 1, 2025, at 10:00 AM MST, attendees must RSVP to the Contracting Office by March 27, 2025, and confirm their attendance via email to Benjamin Dorgan. The meeting will take place in a designated parking area, with an escort provided for any questions regarding the solicitation. Importantly, vendors who fail to attend the site visit will be deemed non-responsive and their quotations will not be considered. Costs related to travel and attendance are not reimbursable. This formal invitation for vendors reflects the government's structured approach in ensuring thorough assessments and compliance in procurement processes.
Apr 10, 2025, 11:05 PM UTC
This document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates and required fringe benefits for various occupations in Yuma County, Arizona. The Wage Determination No. 2015-5475, Revision No. 24, references Executive Orders 14026 and 13658, establishing minimum wage criteria for contracts initiated, renewed, or extended post-January 30, 2022, with rates set at $17.75 per hour (Executive Order 14026) and $13.30 per hour (Executive Order 13658) depending on contract specifics. The document outlines specific occupations along with their respective codes, titles, and minimum hourly rates, including clerical, automotive, food service, health, and more, emphasizing that workers receiving specific classifications may qualify for higher wages under the Executive Orders. Additionally, it describes required fringe benefits, such as health and welfare, vacation, and holiday pay. The document concludes with a detailed section on conformance procedures for unlisted job classifications and wage rates, ensuring compliance with labor standards. This information is vital for federal contractors, promoting fair compensation and worker rights under government contracts.
Apr 10, 2025, 11:05 PM UTC
The document outlines the presentation and condition of a fully assembled frame with a canopy, supplemented by photographic evidence to illustrate its current state. The photos are organized into two sections: the first, showcasing the frame with canopy in an assembled form on pages 4 through 6; the second, displaying the frame and canopy in a disassembled state on pages 8 through 11. This structure serves to provide clarity about the product's functional condition and potential uses. The purpose of this documentation appears to support federal or state procurement processes, ensuring transparency and aiding in the evaluation of the item’s suitability for reuse or repurposing within government contracts or grants. The emphasis on photographic documentation suggests a need for detailed visual evidence in proposals or evaluations, reflecting a methodical approach to procurement in government projects.
Apr 8, 2025, 12:04 AM UTC
The RFQ 20149165 pertains to the installation of a sunshade canopy by Customs and Border Protection (CBP) in Yuma. Key details include that the project award is expected within 30 days post-solicitation, with work to conclude within 120 days of receiving the order. The document provides specific references for existing canopy dimensions, photos, and additional information available from the original manufacturer, Big Top Manufacturing. It clarifies the scope of work includes both labor and materials for a specified shade structure, with installation measurements outlined in the Statement of Work (SOW). This solicitation outlines project requirements and specifications, highlighting the government’s intent to enhance outdoor shade structures, improving operational conditions at the facility.
Apr 10, 2025, 11:05 PM UTC
The Statement of Work (SOW) outlines the requirements for the installation of a fabric shade structure at the CBP Adair Firing Range in Yuma, Arizona. The contractor will be responsible for design, engineering, and installation of a 48' x 55' shade canopy, including necessary hardware and structural integration with concrete footings designed by a licensed engineer. Key tasks include transportation of materials, damage inspections, and procurement of new equipment, all while ensuring compliance with security and operational needs of U.S. Customs and Border Protection. The contractor must also provide daily progress reports, waste management, and adhere to strict safety, licensing, and regulatory compliance protocols. The expected timeline for the entire project, from design to completion, is 120 calendar days. The document emphasizes safety, environmental standards, and thorough inspection before and during the installation process, ensuring that the site remains hazard-free and meets all stipulated codes and guidelines. Overall, this initiative supports the U.S. government's commitment to maintaining operational facilities that are safe and appropriately equipped.
Apr 10, 2025, 11:05 PM UTC
The document addresses questions and answers related to the Request for Quotation (RFQ) 20149165 for the installation of a sunshade canopy by Customs and Border Protection (CBP) in Yuma, Arizona. The solicitation clarifies various project aspects, including the anticipated timeline, work parameters, and contractor responsibilities. Key points include a 30-day award timeline post-solicitation closure, the project's completion within 120 days, and the contractor's obligation to transport canopy materials from a specified location. Additional inquiries clarified that no new canopy system will be accepted, and contractors must use specific concrete footings without alternative methods. Essential utilities will be available on-site, but contractors are required to provide portable restrooms. The contract site will remain active during construction, with minimal expected limitations. Overall, the document serves as a crucial guide for potential bidders, detailing requirements and expectations to ensure successful project execution in compliance with government standards.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Firing Range Services for CBP Port of Norfolk
Buyer not available
The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking to negotiate a Sole Source Award for indoor firing range services at the Port of Norfolk, Virginia. The procurement involves providing quarterly firing range services for 142 officers, including an indoor range with 8 lanes, classroom facilities for up to 14 officers, and a training/mat room, all to be available 16 to 18 days per quarter. This service is critical for the training and operational readiness of CBP officers, ensuring they meet necessary performance standards. Interested parties must submit their capability information by 3:00 PM ET on April 25, 2025, to Robert Kay at robert.j.kay@cbp.dhs.gov, as no solicitation will be made available for this opportunity.
Construct Automated Record Fire (ARF+) Range
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is soliciting bids for the construction of an Automated Record Fire (ARF+) Range at Fort Bragg, North Carolina. This project entails the development of a comprehensive training facility, including a 16-lane ARF Plus range, control areas, classrooms, and supporting infrastructure, aimed at enhancing the training capabilities for soldiers using advanced weaponry. The construction is critical for meeting the training and qualification requirements for the Next Generation Squad Weapon (NGSW), ensuring soldiers are proficient in engaging targets effectively. Interested contractors must submit their bids by April 21, 2025, with a site visit scheduled for April 3, 2025, and can contact Tatjana Fisher or Gregory Graham for further information.
U.S. Customs and Border Protection (CBP) Less Lethal Pressurized Air Launcher Systems (LLPALS)
Buyer not available
The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is seeking quotes for the procurement of Less Lethal Pressurized Air Launcher Systems (LLPALS) to support its Law Enforcement Safety & Compliance Directorate. The solicitation includes detailed technical specifications for the LLPALS, which must meet specific operational requirements, safety features, and performance standards, ensuring they are suitable for law enforcement applications. This initiative reflects the government's commitment to enhancing public safety through the acquisition of non-lethal equipment, with a contract value ranging from $5,000 to $7,500,000 over a five-year period, starting from September 18, 2025. Interested vendors can direct inquiries to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov, and must adhere to the submission guidelines outlined in the attached RFQ documents.
Guatemala - CMR - Back Patio Awning Construction
Buyer not available
The U.S. Department of State is seeking qualified contractors for the construction of a back patio awning at the Chief of Mission Residence in Guatemala City, Guatemala. The project involves various construction tasks, including demolition, foundation work, metal structure fabrication, electrical installations, and drainage management, all aimed at enhancing the functionality and aesthetics of the residence. This procurement reflects the U.S. Government's commitment to maintaining high-quality standards for its overseas facilities while ensuring compliance with safety regulations. Interested contractors must submit their bids by May 16, 2025, and are encouraged to attend a site visit on April 23, 2025, with registration required by April 11, 2025. For further inquiries, contractors can contact Beau Garrett at guatemalabids@state.gov or Zayda Serech at serechza@state.gov.
Explosives Ordnance Disposal (EOD) Pro Range Canopy with Installation
Buyer not available
The Department of Defense, specifically the Air Force Test Center at Edwards Air Force Base, California, is seeking information from potential contractors regarding their capabilities to provide and install an Explosives Ordnance Disposal (EOD) Pro Range Canopy. The procurement aims to secure a canopy along with installation services, which are critical for supporting EOD operations at the base. This initiative is part of the Air Force's commitment to sourcing reliable contractors for necessary infrastructure, with the anticipated contract falling under NAICS code 314910 and being structured as a firm-fixed price. Interested vendors must submit their capability statements by April 30, 2025, to Brian Wu at brian.wu@us.af.mil, with a copy to Rebecca Snyder at rebecca.snyder.1@us.af.mil, ensuring submissions are unclassified and no longer than 10 pages.
70RFPW25QW9000007 VSS TUCSON CAMERA ADDITION
Buyer not available
The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking proposals for the purchase and installation of additional IP cameras at the VSS Tucson Federal Officer Building located at 300 West Congress Street, Tucson, Arizona. This procurement is designated as a 100% small business set-aside and will be awarded under a firm-fixed price contract, adhering to the NAICS code 561621, which encompasses Security Systems Services. The initiative aims to enhance security infrastructure within federal facilities, reflecting the government's commitment to improving surveillance capabilities in response to evolving security challenges. Interested contractors must be registered with the System for Award Management (SAM) prior to contract award, and the Request for Quotation (RFQ) is expected to be posted on SAM.gov around March 25, 2025. For inquiries, potential offerors can contact Contract Specialist Cedric Bedgood at cedric.bedgood@fps.dhs.gov or by phone at 253-532-0365.
Raul Hector Castro Douglas AZ Land Port of Entry Design-Build
Buyer not available
The General Services Administration (GSA) is seeking qualified contractors for the Design-Build (DB) construction of the Raul Hector Castro Land Port of Entry (LPOE) in Douglas, Arizona. The project aims to modernize and expand the existing facilities to address safety and operational concerns due to increased traffic and outdated infrastructure, while maintaining continuous operations during construction. This significant undertaking, with an estimated construction cost between $200 million and $300 million, is expected to take approximately 46 months, with a design-build phase award anticipated in January 2026. Interested parties must submit their capabilities packages by May 1, 2025, to Daniel Ramirez at daniel.ramirez@gsa.gov.
Big Top Cover
Buyer not available
The Department of Defense, specifically the United States Air Force Test Center at Edwards AFB, California, intends to issue a sole source contract to Big Top Manufacturing for the provision of Sunshades designed to protect aircraft from harsh weather conditions. The procurement is justified under FAR 13.501(a) due to Big Top being the only vendor capable of meeting the specific size and installation requirements outlined in the Statement of Work, which includes the ability to withstand 110MPH winds and seismic loads while ensuring a uniform appearance in accordance with base design standards. The Sunshades are critical for maintaining aircraft in optimal conditions, thereby enhancing the efficiency of ground crew operations and reducing maintenance needs. Interested parties may submit capability statements or inquiries to the primary contact, Cinthia Arias, at cinthia.arias@us.af.mil, or the secondary contact, Eric Romero, at eric.romero.11@us.af.mil, within five calendar days of this notice.
Y1AZ--36C25725Q0243| 549-SL-837, Awning Installation Bldg. 8
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the installation of a new awning at the rear entrance of the VA Police Office in Building 8 at the Dallas VA Medical Center. This project, designated as Project Number 549-SL-837, is critical due to ongoing flooding issues affecting the basement of the building, requiring completion within 90 days of the notice to proceed. The contract is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with a budget under $25,000, and interested contractors must submit their quotes by March 25, 2025, following a mandatory pre-bid site visit on March 4, 2025. For further inquiries, contractors can contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov or Cassandra King at cassandra.king@va.gov.
U.S. Customs and Border Protection (CBP) Law Enforcement Safety & Compliance (LESC) Directorate 9mm Duty and Reduced Hazard Qualification Ammunition
Buyer not available
The U.S. Customs and Border Protection (CBP) is seeking proposals for the procurement of 9mm Duty and Reduced Hazard Qualification (RHQ) ammunition to support its Law Enforcement Safety & Compliance (LESC) Directorate. The contract, which spans five years from September 11, 2025, to September 10, 2030, requires the delivery of ammunition that meets specific technical specifications, including lead-free projectiles for RHQ rounds, rigorous testing protocols, and compliance with safety standards. This procurement is critical for ensuring the safety and operational effectiveness of law enforcement personnel within the Department of Homeland Security. Interested vendors should contact Jared A. Tritle at jared.a.tritle@cbp.dhs.gov for further details, with an estimated maximum contract value of $99,999,900 and a minimum government guarantee of $5,000.