Draft Request for Proposal (RFP): CBP IDIQ - Aircraft Support Services
ID: 20144424Type: Presolicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONAIR AND MARINE CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

Aircraft Manufacturing (336411)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)

Set Aside

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

    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Aircraft Support Services. This procurement aims to maintain and upgrade a fleet of approximately 211 specialized aircraft critical for border security operations, including tasks such as aircraft alterations, heavy maintenance, and engineering design. The contract, valued at a ceiling of $100 million, is set to commence on April 2, 2024, and will span five years, ensuring compliance with FAA and DOD standards throughout its duration. Interested parties should submit their questions and feedback by June 6, 2024, to Nykia Warren at nykia.warren@cbp.dhs.gov, as the government will not respond to inquiries during the draft RFP stage.

    Point(s) of Contact
    Files
    Title
    Posted
    The document discusses a federal Request for Proposals (RFP) aimed at soliciting applications for a program designed to enhance community infrastructure through targeted grants. The initiative seeks to support projects that address specific local needs, particularly in underserved areas. Key objectives include promoting economic development, improving public safety, and fostering sustainable practices. The RFP outlines eligibility criteria for applicants, including governmental and non-profit entities, while emphasizing the importance of community engagement in planning and implementation phases. It also provides a detailed timeline for project submissions, evaluation criteria, and funding distribution guidelines. Additionally, the document underscores the necessity for transparent reporting of outcomes to ensure accountability and efficacy of funded initiatives. This RFP serves as a crucial instrument for federal and local collaboration, aiming to empower communities and improve their resilience through strategic investment.
    The U.S. Customs and Border Protection (CBP) is soliciting a single award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Aircraft Support Services to enhance its Air and Marine Operations (AMO). The purpose is to maintain and upgrade a fleet of approximately 211 specialized aircraft, crucial for border security initiatives against terrorism and contraband smuggling. The contractor will handle a range of tasks including aircraft alterations (both minor and major), engineering design, integration services, heavy maintenance, and parts purchasing. Key personnel, such as a Program Manager with significant aviation experience, are required for oversight. The performance will occur primarily at the contractor's facility, with potential site visits for inspections. The contract enforces compliance with FAA and DOD standards, requiring detailed testing protocols to validate airworthiness and mission capabilities post-modification. Additionally, a comprehensive quality assurance framework is mandated, alongside regular technical reviews and training support for personnel operating the altered equipment. The contract spans five years, reflecting the government's commitment to ensuring operational readiness and enhanced capabilities within its air and marine enforcement operations.
    The document outlines the Statement of Work (SOW) Appendices for Aircraft Support Services within the U.S. Customs and Border Protection (CBP), part of the Department of Homeland Security. It emphasizes an Indefinite Delivery/Indefinite Quantity (IDIQ) framework set to commence on April 2, 2024. Key components include various acronyms and definitions relevant to aircraft operations, maintenance, and engineering. It distinguishes between major and minor aircraft alterations, detailing what constitutes significant modifications impacting safety and performance, alongside the requirements for minor changes. The document also describes the roles and labor categories required for aircraft maintenance, including Program Managers, Maintenance Supervisors, Aircraft Mechanics, and Quality Control personnel, highlighting responsibilities such as oversight, maintenance, and compliance with federal regulations. Emphasizing the integration and maintenance of aircraft systems and components, this document serves as a crucial guideline for contractors participating in federal contracts concerning aviation support and maintenance, ensuring safety standards and operational efficiency are upheld in accordance with federal regulations. The SOW provides a comprehensive framework for potential contractors, detailing what services are required and the criteria for compliance within a government procurement context.
    The draft document outlines various labor categories and associated roles for maintenance and support pertaining to aircraft operations, likely in the context of government contracts or Request for Proposals (RFPs). Key positions include Program Managers, Aircraft Mechanics, Quality Control Inspectors, and IT Technicians, encompassing a range of engineering and logistical professions required for effective aircraft maintenance and operations. The document specifies labor roles with duties such as supervising maintenance, inspecting quality and safety, and managing supply activities, indicating the comprehensive support necessary for sustaining aircraft readiness and compliance with operational requirements. Each position is detailed with descriptions of responsibilities, which include both technical and administrative tasks aimed at ensuring efficient functioning and maintenance of aircraft and systems. The overarching purpose of the document is to establish guidelines for labor rates and staffing requirements for federal and state projects associated with aircraft operations. Ensuring qualified personnel are in place is critical to meet stringent quality and safety standards, underscoring the importance of skilled labor in maintenance and operational support within the aviation sector.
    The document serves as a Request for Proposal (RFP) related to the acquisition of Aircraft Support Services by the Department of Homeland Security (DHS) for Customs and Border Protection. It outlines the contractual framework, key clauses, and conditions related to the provision of these services. Key elements include a detailed delivery schedule committing to service delivery by August 31, 2025. The contract incorporates several mandatory clauses from the Federal Acquisition Regulation, emphasizing compliance with various legal stipulations such as child labor laws, data rights, and maintaining a System for Award Management (SAM). The contract stipulates terms for cost management, including provisions for pricing, payments, and potential adjustments for costs exceeding the agreed ceiling. Additionally, it addresses contractor obligations for inspections, warranties, and compliance with government standards concerning hazardous materials. Importantly, the document highlights the government's right to terminate the contract for convenience or cause. This RFP exemplifies the federal government's structured approach to procurement, ensuring thorough compliance with law and a commitment to transparent operational guidelines, particularly in service contracts.
    The document comprises a draft Statement of Work (SOW) and Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract, focusing on aircraft maintenance and modifications. The primary goal is to establish qualifications for contractors, including the required educational background for positions such as Program Manager and considerations for contractor personnel roles. Key points raised include requests for clarifications on financial capability requirements, program roles, and the responsibilities concerning materials and equipment. The document addresses evaluation criteria, proposal formatting, and potential clarifications needed for effective submission. Additionally, responses indicate the Government's intent to refine SOW elements, notably improving clarity on technical requirements, warranties, and management structures. This RFP emphasizes a streamlined process for enabling small businesses to engage in government contracting related to aviation programs, while ensuring compliance with safety and quality standards throughout the duration of the performance period from January 2025 to December 2030. The anticipated contract value is set at a ceiling of $100 million, with a focus on heavy maintenance activities for specific aircraft models.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Level III Small Unmanned Aircraft Systems
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is conducting market research through a Request for Information (RFI) for Level III Small Unmanned Aircraft Systems (sUAS) to enhance the U.S. Border Patrol's (USBP) operational capabilities. The RFI seeks to identify vendors capable of providing sUAS that meet specific technical requirements, including FAA compliance, autonomy, AI integration, and interoperability with existing systems, while focusing on Group 1 and/or 2 weight classes (≤ 20 – 55 lbs.). This initiative is crucial for improving tactical field operations and ensuring effective border security measures. Interested vendors must submit their responses, including a white paper detailing their capabilities, by December 12, 2025, and can direct inquiries to USBP PMOD SUAS at USBPPMODSUAS@cbp.dhs.gov or Nicole Hubby at nicole.hubby@cbp.dhs.gov.
    MQ-9 Unmanned Aircraft Systems
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is planning to issue a Sole Source Contract Modification to General Atomics Aeronautical Systems, Inc. for the procurement of up to eleven MQ-9 Unmanned Aircraft Systems. This contract modification aims to increase the contract ceiling and extend the performance period by an additional 12 months, from October 1, 2026, to September 30, 2027, to support anticipated aircraft deliveries and ongoing operational and maintenance services for the existing UAS fleet. The MQ-9 systems are critical for enhancing the DHS's mission capabilities in border security and surveillance operations. Interested parties are encouraged to express their interest and capabilities in writing to Brenda Mealer at brenda.mealer@cbp.dhs.gov prior to the closing date of this notice, as this is not a request for proposals or bids.
    J--Helicopter maintenance services
    Buyer not available
    The Department of the Interior, through the Interior Business Center (IBC), is seeking qualified contractors to provide helicopter maintenance services for Government-owned aircraft supporting the U.S. Park Police in Washington, DC. The procurement will result in a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, covering a five-year ordering period from April 1, 2026, to March 31, 2031, with a potential six-month extension. These services are critical for ensuring the operational readiness and safety of the aircraft, encompassing scheduled and unscheduled maintenance, inspections, repairs, painting, engineering services, parts manufacturing, and overhauls of airframes and engines. Interested parties should note that the anticipated solicitation release date is December 19, 2025, with proposals due by January 19, 2026, and must be registered in SAM.gov to participate in this full and open competition under NAICS code 488190. For further inquiries, contact Justin Kondeff at justinkondeff@ibc.doi.gov.
    Aircraft Maintenance Services for the MH-65
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for aircraft maintenance services for the MH-65 aircraft fleet. The contract will cover planned depot maintenance, including disassembly, cleaning, repair, repainting, and reassembly, with a performance period consisting of a one-year base and up to four one-year option periods. This procurement is critical for ensuring the operational readiness of the Coast Guard's aircraft, which play a vital role in national security and emergency response. Interested contractors must be enrolled in the 8(a) business development program and submit their proposals by December 4, 2025, at 3:00 PM EST, with inquiries directed to Destiny Ornelas at destiny.a.ornelas2@uscg.mil.
    DHS-wide Uniforms III Contract
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the DHS-wide Uniforms III Contract, managed by the U.S. Customs and Border Protection (CBP). This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for the supply of uniforms and quartermaster services for approximately 135,000 DHS employees across various components, ensuring compliance with domestic sourcing requirements under the Kissell Amendment. The contract will include a base period of three years, with options for additional years, and will require offerors to submit proposals that adhere to detailed specifications outlined in the solicitation documents. Interested parties should direct their inquiries to Camilla J. Schmidt at camilla.j.schmidt@cbp.dhs.gov or Rick A. Travis at rick.a.travis@cbp.dhs.gov, with proposals due by the specified deadline.
    Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is seeking proposals for Contractor Logistics Support (CLS) services for its C-12 aircraft fleet under the proposed solicitation number FA8134-24-R-B001. The primary objective of this procurement is to ensure comprehensive maintenance, operational support, and supply management for 30 C-12 aircraft utilized by various defense agencies globally, with a focus on maintaining a minimum mission capable rate of 80%. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, potentially lasting up to ten years, with an initial performance period of one year, and will require contractors to adhere to FAA standards while managing logistics across multiple domestic and international locations. Interested parties must submit their proposals by February 2025, with a pre-solicitation conference scheduled for November 1, 2024, and all inquiries should be directed to the contracting officer, Hiwot Tamirat, at hiwot.tamirat@us.af.mil.
    Motor Vehicle Operationalize RFI
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking information through a Request for Information (RFI) regarding motor vehicle operationalization (upfitting) services for law enforcement vehicles. The objective is to gather insights from industry experts on commercially available upfit options that align with CBP's specialized law enforcement operations, which include the integration of essential equipment such as lights, sirens, communication systems, and weapon storage. This initiative is crucial for enhancing the acquisition strategy and improving the efficiency and safety of law enforcement vehicle transformations. Interested vendors are invited to submit their responses by December 12, 2025, at 5:00 PM EDT, and can direct inquiries to Antwanette R. Boone-Murphy or Lloyd A. Burton via the provided contact information.
    Potential Sources for Paint Services in Support of the HC-144 and HC-27J Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential sources for paint services to support the HC-144 and HC-27J aircraft. The procurement involves comprehensive services including preparation, scuffing, sanding, or stripping coatings, and externally painting the aircraft, with specific requirements for labor, equipment, and facilities. This initiative is crucial for maintaining the operational readiness and appearance of the aircraft, which play vital roles in Coast Guard missions. Interested vendors must respond by January 9, 2026, at 4:00 p.m. EST, providing detailed capability statements and relevant company information to Mr. Steven Goodwin at steven.a.goodwin@uscg.mil, with technical inquiries directed to Mr. Harlon Parchment at Harlon.A.Parchment@uscg.mil.
    DHS Medical Supplies BPA Modification
    Buyer not available
    The Department of Homeland Security (DHS), through the U.S. Customs and Border Protection (CBP), is modifying existing Blanket Purchase Agreements (BPAs) for medical supplies to address urgent operational needs. This modification extends the current BPAs, which support federal personnel in emergency medical services and personal protective equipment (PPE) requirements, through February 24, 2023, while the agency prepares for a competitive acquisition of new medical supplies. The BPAs are critical for fulfilling mission-essential requirements, particularly in response to operational and pandemic-related challenges. For further inquiries, interested parties can contact Dominique Brown at dominique.u.brown@cbp.dhs.gov or by phone at 317-715-6253, or reach out to Donna McMullen at donna.r.mcmullen@cbp.dhs.gov or 317-339-7189.
    Engineering Support Services - Commercial Derivative Aircraft
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Engineering Support Services (ESS) related to various commercial derivative aircraft, including the VC-25A and E-4B. The contract aims to provide both recurring and non-recurring engineering services, which encompass systems engineering, safety management, and technical support for sustaining and modernizing critical Air Force aircraft. This procurement is vital for maintaining the operational readiness and safety of executive aircraft, with a contract value subject to various pricing arrangements, including fixed-price and cost-plus options. Interested parties should direct inquiries to Cameron Burton or Capt Bailey Calico via email, with the solicitation process having commenced on October 30, 2025, and subsequent amendments issued through November 19, 2025.