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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Yuma Soft Sided Facility (SSF) 500 Capacity Increase Modification - 70B01C22F00000711
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking to modify Task Order 70B01C22F00000711 to increase the capacity of the Yuma Soft Sided Facility (SSF) to accommodate a surge in non-citizens at the Southwest Border. This modification aims to provide expanded detention and processing space in response to the anticipated influx of non-citizens due to the potential end of Title 42. The additional facility capacity is critical for managing the operational demands associated with border processing and detention. Interested parties can reach out to Kevin Sarff, the Contract Specialist, at Kevin.P.Sarff@cbp.dhs.gov for further details regarding this opportunity.
    U.S. Customs and Border Protection Less Lethal Specialty Impact/Chemical Munitions (LLSI CM) Request for Information
    Homeland Security, Department Of
    The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is conducting a Request for Information (RFI) to explore market capabilities for providing less lethal specialty impact and chemical munitions, specifically distraction devices and munitions that can be hand-delivered or launched from 40mm launchers. This procurement aims to equip CBP and other federal agencies with necessary training and operational tools while achieving cost efficiencies, with a planned 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The munitions sought include various types such as smoke, CS, and OC canisters, rubber ball grenades, and specialized training kits, all of which must comply with CBP's Use of Force Policy. Interested vendors should submit their responses via email to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov by 2:00 p.m. EST on October 24, 2025, as this RFI is for information and planning purposes only and does not constitute a commitment to contract.
    Border Patrol Station-Freer, Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the design and construction of a new Border Patrol Station in Freer, Texas. This project involves creating a comprehensive facility that includes various structures such as an administration building, vehicle maintenance facility, and kennel, all situated on a 30-acre site, with a construction budget estimated between $25 million and $100 million. The contract will be awarded through a two-phase design-build process, with proposals due on January 16, 2026, and the anticipated award date in July 2026. Interested firms must register with the System for Award Management (SAM) and can contact Patricia Dickson or Nicholas Johnston for further details.
    Soft-Sided Facilities and Wrap-around Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Customs and Border Protection (CBP), is seeking to modify an existing Blanket Purchase Agreement (BPA) for the provision of soft-sided facilities and wrap-around services. The procurement aims to expand existing facilities by providing comprehensive services, including intake processing, meal services, janitorial services, security, and necessary infrastructure support such as plumbing and video surveillance systems. These services are critical for the effective operation of administrative facilities that support CBP's mission. Interested parties can reach out to Jacob Burns at JACOB.J.BURNS@CBP.DHS.GOV for further details regarding this opportunity.
    Soft-Sided Facilities and Wrap-around Services El Paso
    Homeland Security, Department Of
    The U.S. Department of Homeland Security, specifically the United States Customs and Border Protection (CBP), is seeking to modify Task Order number 70B01C23F00000067 to establish a new 2500-person soft-sided facility in El Paso, Texas, along with wrap-around services. This procurement is being conducted under a Limited-Sources Justification in accordance with FAR 8.405-6(a), indicating a focused need for these specific services and facilities to support operational requirements. The establishment of such facilities is critical for managing and accommodating personnel and resources effectively in response to border security needs. Interested parties can reach out to Jacob Burns at JACOB.J.BURNS@CBP.DHS.GOV for further information regarding this opportunity.
    J&A - Purchase of 24 Private Booths for Florence CC, AZ
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to procure and install 24 private booths for the Florence Correctional Center (CAFCC) in Arizona, in compliance with a court order from the United States District Court for the District of Columbia. The procurement includes 14 privacy booths and 10 ADA-compliant booths designed to facilitate confidential attorney-client communications, ensuring that legal calls are secure and private, with soundproofing to a minimum of 30-35 decibels. This initiative is critical for maintaining legal standards and ensuring detainees have access to private legal consultations, with the booths required to be operational for at least eight hours on weekdays and five hours on weekends. Interested vendors can contact Ejikeme Ezeala at ejikeme.ezeala@ice.dhs.gov for further details, with the purchase order expected to be awarded following a 30-day extension granted by the court.
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Homeland Security, Department Of
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the Tactical Infrastructure (TI) Maintenance project in the Rio Grande Valley, specifically in the Laredo and Del Rio/Big Bend South Border Patrol Sectors. The procurement aims to acquire contractor services for maintenance, repair, and improvement of TI assets, including roads, bridges, fences, vegetation control, and drainage systems along the U.S./Mexico border. This initiative is crucial for ensuring the operational integrity and safety of border infrastructure. A formal Request for Proposal (RFP) is anticipated to be issued in early 2026, with a mandatory site visit scheduled for April 15-17, 2025, for interested 8(a) contractors. Interested parties must RSVP by April 7, 2025, and direct inquiries to Allison Baker at allison.e.baker@cbp.dhs.gov or Donna McMullen at donna.r.mcmullen@cbp.dhs.gov.
    M4 Rifle and Parts (5.56x45mm NATO)
    Homeland Security, Department Of
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking information from manufacturers and distributors regarding the procurement of M4-style rifles, parts, and accessories, as well as armorer training. The objective is to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to augment or replace existing rifles used for duty and training, ensuring compatibility with MILSPEC standards and addressing specific performance requirements outlined in the draft Statement of Work. These rifles and parts are critical for law enforcement operations, and the contract may also be utilized by other federal agencies. Interested parties should direct inquiries to John Crockett at JOHN.T.CROCKETT@cbp.dhs.gov, and note that this Request for Information (RFI) is for planning purposes only, with no commitment to issue a Request for Proposal (RFP) at this time.
    CANVAS DOOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of canvas doors as part of a combined synopsis/solicitation. The requirement includes eight units of a front port side door/panel, identified by NSN 2090-01-649-7499, which must be packaged according to military standards and delivered by February 1, 2026. This procurement is crucial for maintaining operational readiness and ensuring the integrity of marine equipment. Interested vendors must submit their quotes by December 24, 2026, and can direct inquiries to Yannick Kassi at Yannick.A.Kassi@uscg.mil, with all submissions requiring active SAM.Gov registration.
    COVERED PARKING ARRAY AT FARMINGDALE AFRC
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), New York District, is soliciting bids for the construction of a Covered Parking Array at the Armed Forces Reserve Center (AFRC) in Farmingdale, New York. The project involves the construction of two tubular steel canopy structures to support photovoltaic solar panels, the installation of an integrated gutter and stormwater drainage system, a prefabricated battery storage building, and four dual-port electric vehicle charging stations. This initiative is part of a broader effort to enhance renewable energy infrastructure and electric vehicle support at military facilities. Interested contractors must submit their bids by January 12, 2026, at 2:00 PM EST, with a bid guarantee required, and the estimated project magnitude is between $5 million and $10 million. For further inquiries, potential bidders can contact Adrian Stafford-Browne or Nicholas P. Emanuel via their respective emails.