USBP Tucson Activu ActivCare Silver Support Plan
ID: 20149554Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

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 quotations for the Activu ActivCare Silver Level Support Plan Service Contract to maintain the video wall system software at the Arizona Air Coordination Center (A2C2) in Tucson, Arizona. This service contract aims to ensure operational readiness for Border Patrol agents by providing unlimited support, guaranteed response times, logistical support for hardware repairs, and annual preventative maintenance visits, all crucial for enhancing situational awareness and cybersecurity. Interested small businesses must submit their quotations by March 18, 2025, with questions directed to Benjamin Dorgan at benjamin.j.dorgan@cbp.dhs.gov, and the procurement will follow a Lowest Priced Technically Acceptable evaluation process.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for acquiring an Activu Service Contract for the video wall system software at the Arizona Air Coordination Center (A2C2) within the U.S. Border Patrol Tucson Sector. The service contract aims to maintain and improve the system for enhanced situational awareness for Border Patrol agents and partner agencies, while ensuring cybersecurity through software updates. The contract, branded as ActivCare Silver Level Support Plan, includes unlimited support, guaranteed response times for various severity levels of issues, logistical support for hardware repairs, free software upgrades, and one preventative maintenance visit annually. Performance will take place at the A2C2 facility in Tucson, with a total contract period of 5 years, divided into a base year and four optional years dependent on government requirements. The document explicitly states there are no security classification requirements and that any changes to the SOW require written approval from the Contracting Officer. The point of contact for this procurement is Benjamin Dorgan from the Border Enforcement Contracting Division. Overall, this SOW is crucial for supporting Border Patrol operations and ensuring operational readiness through effective maintenance of critical software systems.
    The document outlines the pricing structure for the Activu ActivCare Silver Level Support Plan under RFQ 20149554, detailing the quantities and terms for a 12-month period for up to five years. It includes a summary of the Base Year plan and four optional subsequent years, each requiring a monthly payment. The document specifies that the contractor must fill in the blue cells provided for unit and total annual prices, which will auto-calculate, indicating an emphasis on accurate and efficient pricing submission. The completion of the Quoter’s name and the SAM UEI is also required. This structure reflects standard procedures in federal procurement processes, where detailed pricing and compliance with specified formats are crucial for clear communication and evaluation during the contracting process. Overall, this document plays a critical role in the government’s effort to procure services efficiently while ensuring financial transparency and accountability.
    The document outlines the applicable clauses and provisions related to the RFQ 20149554, which governs the contracting of commercial products and services by the federal government. Key clauses include requirements for the maintenance of the System for Award Management and safeguarding of contractor information systems. Additionally, it emphasizes accelerated payments to small business subcontractors and compliance with various federal acquisition regulations, including ethical standards, labor laws, and contractor obligations related to minimum wage and funding requirements. Prohibitions against using specific foreign telecommunications equipment, efforts to protect against trafficking in persons, and guidelines for sustainable products are also included. The solicitation incorporates a firm-fixed-price contract structure, allowing for a performance period of up to 5 years, and sets conditions for electronic invoicing via the Treasury's Invoice Processing Platform. The main aim is to ensure compliance with federal regulations while enhancing operational efficiency in government contracting.
    This document is a Wage Determination report issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates and fringe benefits that federal contractors must abide by. The report specifically pertains to contractors operating in Pima County, Arizona. Key aspects include minimum wage requirements influenced by Executive Orders 14026 (effective January 30, 2022) and 13658 (effective from January 1, 2015). Contractors must pay covered workers at least $17.75 or the higher applicable wage for 2025, contingent upon the contract date. The report includes detailed wage rates for various occupations such as Administrative Support, Automotive Service, Food Preparation, and Health Occupations, alongside fringe benefits mandated by law. Additionally, it outlines requirements for benefits such as paid sick leave, vacation, and holidays. The document emphasizes compliance with labor regulations, including provisions for uniform costs and pay differentials associated with hazardous work. Contractors are guided on how to request classification adjustments for unlisted job categories and the necessary steps to ensure proper wage compliance. Overall, this report serves as a crucial resource for federal contractors to ensure fair labor practices and compliance with federal wage regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Security Systems Maintenance and Repair Services
    Buyer not available
    The United States Section of the International Boundary and Water Commission (USIBWC) is seeking to procure security system maintenance and repair services, specifically targeting facilities in Mercedes, Texas, including the Mercedes Field Office, Anzalduas Dam, and Retamal Dam. The procurement aims to ensure the operational integrity of critical security systems, including Physical Access Control Systems (PACS), Closed-Circuit Television (CCTV), and Intrusion Detection Systems (IDS), with a focus on maintaining high reliability and rapid response times for repairs. This opportunity is particularly significant as it underscores the importance of safeguarding essential infrastructure that supports the management of shared water resources between the United States and Mexico. Interested parties must submit their capability statements and letters of interest to Danilo Martinez at danilo.martinez@ibwc.gov by 3:00 PM MST on March 20, 2025, with an estimated contract value of $273,419.
    US Border Patrol Spokane Sector - Curlew Station Janitorial/Grounds/Pest Control and Trash Services
    Buyer not available
    The Department of Homeland Security, through the U.S. Customs and Border Protection, is seeking qualified contractors to provide janitorial, grounds maintenance, pest control, and trash services for the Curlew Border Patrol Station in Washington. The contract encompasses a range of services including custodial care, landscaping, refuse removal, and snow and ice management, with specific tasks outlined in the Statement of Work and a detailed frequency chart. This procurement is critical for maintaining operational efficiency and cleanliness at a facility that plays a vital role in border security operations. Interested vendors must submit their quotes by February 14, 2025, with all submissions directed to Contracting Officer Frank S. Duarte at frank.s.duarte@cbp.dhs.gov, and must be registered in the System for Award Management (SAM) at the time of submission.
    RFP - MARITIME PATROL AIRCRAFT MAINTENANCE and LOGISTICAL SERVICES
    Buyer not available
    The Department of Homeland Security's U.S. Customs and Border Protection (CBP) is seeking proposals for maintenance and logistical support services for its Maritime Patrol Aircraft fleet, which includes 8 P-3 and 8 DHC-8 aircraft. The contractor will be responsible for performing organizational and intermediate maintenance across various aircraft systems, adhering to a detailed performance work statement that outlines service requirements. This procurement is critical for ensuring the operational readiness and effectiveness of the aircraft used in border security and maritime patrol missions. Interested contractors should note that the solicitation follows a Two-Step Advisory Process, with a focus on technical quality and management, and must submit questions by March 14, 2025. For further inquiries, potential offerors can contact Bartek Chwalek at bartek.m.chwalek@cbp.dhs.gov or Joquita Wheeler at joquita.m.wheeler@cbp.dhs.gov.
    CBP Request for Information (RFI) for CBP Medical Services (Pre/Post Employment)
    Buyer not available
    The Department of Homeland Security's U.S. Customs and Border Protection (CBP) is seeking information from vendors regarding the provision of medical services for pre- and post-employment evaluations, including medical examinations, fitness testing, consultations, and drug testing. This Request for Information (RFI) aims to gather insights for future procurement decisions, emphasizing the need for board-certified physicians to ensure that personnel meet critical medical standards necessary for law enforcement roles within the agency's workforce of approximately 60,000 employees. Interested parties are encouraged to submit their capabilities and experiences by March 2025, with the contract anticipated to commence in November 2026. For further inquiries, vendors may contact Peter Giambone at peter.a.giambone@cbp.dhs.gov or Matthew Coniglio at matthew.coniglio@cbp.dhs.gov.
    U.S. CBP, San Diego Field Office Narcotics Destruction
    Buyer not available
    The U.S. Customs and Border Protection (CBP) is soliciting quotes for Narcotics Destruction Services at its San Diego Field Office, with a focus on small businesses. The contractor will be responsible for the environmentally safe destruction of approximately 23,000 pounds of seized narcotics, adhering to the Seized Asset Management Enforcement Procedures Handbook and Drug Enforcement Administration regulations. This initiative is crucial for preventing the diversion of controlled substances to illicit activities while ensuring compliance with legal and environmental standards. Interested vendors must submit their quotations via email to Christopher Shaw at christopher.j.shaw@cbp.dhs.gov by the deadline of March 12, 2025, at 10:00 AM PDT, with the contract value estimated at $47.5 million.
    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), under the Department of Homeland Security, is seeking proposals for the procurement of 9mm Duty and Reduced Hazard Qualification (RHQ) ammunition through a Request for Proposal (RFP) numbered 70B06C25R00000018. The contract aims to supply ammunition that meets specific technical specifications and performance requirements, ensuring compatibility with designated Glock models and adherence to safety standards, including lead-free projectiles for RHQ ammunition. This procurement is crucial for supporting CBP officers and other agencies within the DHS, emphasizing the need for reliable and safe ammunition for law enforcement operations. Interested vendors should direct inquiries to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov, with the contract valued at an estimated maximum of $99,999,900 over a five-year term, commencing September 11, 2025.
    Silvus Radio Equipment Procurement
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the procurement and installation of Silvus Prism radio systems to enhance communications for the U.S. Customs and Border Protection (CBP). The project involves installing these radio systems across seven designated locations, including Miami, Tucson, Naco, Nogales, El Paso, and Yuma, with the contractor responsible for all labor and materials, including a goTenna Edge Relay, solar panel, waterproof enclosure, and associated antennas, while ensuring functionality through rigorous testing. This initiative is crucial for improving Integrated Logistics Support (ILS) for CBP's Air and Marine Operations, emphasizing adherence to DHS policies and coordination for any location changes. Interested parties should contact Jason Perry at jason.m.perry@faa.gov for further details regarding this Sources Sought notice.
    USCIS Contact Center Tier 1 Support Services
    Buyer not available
    The Department of Homeland Security, through the U.S. Citizenship and Immigration Services (USCIS), is seeking vendors for Tier 1 Support Services at its Contact Center, which handles immigration-related inquiries. The objective is to centralize client communications and enhance self-service options, responding to approximately 500,000-600,000 inquiries monthly, with a strong emphasis on bilingual support in English and Spanish. This procurement is a re-competition of an existing contract and will utilize NAICS code 561422, focusing on a multi-channel approach that includes phone, chat, and secure messaging, while also exploring the integration of new technologies such as Robotic Process Automation (RPA) and Artificial Intelligence (AI). Interested vendors must submit their capabilities and responses by April 7, 2025, to primary contact Mary Shinney at mary.a.shinney@uscis.dhs.gov or secondary contact Krystal Creaser at krystal.u.creaser@uscis.dhs.gov.
    Repair of CNIS Processor
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of two CNIS Processors, with the potential to increase the order to four units within one year of the initial award. This procurement is crucial for maintaining the operational readiness of aircraft components, as the CNIS Processors are integral to air transportation support activities. Interested vendors must submit their quotations by March 7, 2025, at 12:00 PM Eastern Standard Time, and are encouraged to contact Camille Craft or Kiley Brown for further inquiries. The anticipated award date is on or about March 4, 2025, and the solicitation is set aside for 8(a) sole source competition, with a small business size standard of $40 million.
    Repair Data Concent Unit
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to repair a Data Concent Unit as part of a combined synopsis/solicitation process. The procurement involves restoring components used in the MH-60T aircraft to a Ready for Issue (RFI) status, adhering to original equipment manufacturer (OEM) specifications, and ensuring compliance with stringent quality management standards. This opportunity is critical for maintaining the operational integrity of the USCG aviation fleet, particularly for search and rescue missions, and is expected to be awarded on a sole-source basis to SCI Technology, Inc. Interested parties must submit their quotations by March 19, 2025, with an anticipated award date of March 21, 2025. For further inquiries, contact Michelle Monds at Michelle.R.Monds@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.