CBP Design-Build Construction IDIQ
ID: 70B01C26R00000007Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is soliciting proposals for multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts aimed at the design and construction of various CBP facilities across the United States. The contracts will encompass the construction of checkpoints, sector headquarters, border patrol stations, and air facilities, utilizing a Design-Build selection process, with a total estimated value of $10 billion over a five-year period. This procurement is critical for addressing the inadequacies of existing infrastructure to enhance border security operations. Interested contractors must submit their proposals by January 30, 2026, with responses for Phase 1(A) due by January 9, 2026. For further inquiries, the primary contacts are Sai Velaga at sai.p.velaga@cbp.dhs.gov and Gary Robertson at gary.r.robertson@cbp.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Customs and Border Protection (CBP) is seeking highly qualified construction contractors for multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts. These contracts aim to provide comprehensive construction services for government facilities across the 50 United States and Puerto Rico. The scope includes renovating, repairing, maintaining, and building new facilities, primarily utilizing a Design-Build delivery method. Projects will address the inadequacy of existing infrastructure, which is outdated and insufficient for modern border security operations. Services encompass new construction, marine construction, demolition, renovation, and upgrades to various systems, including civil, architectural, structural, mechanical, electrical, and communication. The combined aggregate capacity for all IDIQ contracts is $10 Billion, with a five-year completion period. Contractors will compete for future task orders, adhering to federal acquisition regulations and acts such as the Davis-Bacon Act, Miller Act, and National Environmental Policy Act.
    This document is an Invitation for Bid (IFB) issued by DHS Customs & Border Protection for an Indefinite Delivery Indefinite Quantity (IDIQ) contract, solicitation number 70B01C26R00000007, issued on December 17, 2025. The contract has an estimated maximum value of $10 billion. Key requirements include performance commencement within 15 calendar days of award, with performance and payment bonds required within 10 calendar days. Offers are due by January 1, 2026, and must provide for government acceptance for at least 180 calendar days. The document outlines the contract structure, including sections for supplies/services, pricing, and administrative data. It details the role of a Task and Delivery Order Ombudsman and specifies contractor requirements for employee background investigations (T4 or T5), including citizenship, submission of personal information, and timely compliance with e-QIP and fingerprinting. Invoicing will be primarily through the IPP Application, with provisions for waiver requests. The contract emphasizes strict adherence to federal investigation standards and outlines consequences for non-compliance.
    This document is a Request for Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract issued by DHS - Customs & Border Protection for construction, alteration, or repair services. The solicitation number is 70B01C26R00000007, issued on December 17, 2025. The estimated value of the IDIQ is $10 billion, with a minimum order value of $10,000.00 per task order and a maximum of $10 billion per IDIQ contract. The contract period is five years from the date of award. Contractors must begin performance within 15 calendar days and complete it within 10 calendar days after receiving a notice to proceed. Offerors must furnish performance and payment bonds within 10 calendar days after the award and be able to bond for a minimum of $15 million per Task Order and $2 billion cumulatively for the IDIQ award. Proposals are due by January 20, 2026. Key personnel, security procedures, and electronic invoicing through the Invoice Processing Platform (IPP) are detailed. A Task and Delivery Order Ombudsman is designated to review contractor complaints.
    Amendment Number A0001 to Solicitation Number 70B01C26R00000007 outlines several key revisions to a government Request for Proposal (RFP). The amendment extends the Phase 1 Part A response due date to January 9, 2026, and the overall offer due date from January 20, 2026, to January 30, 2026, aligning with the Phase 1 (Part B) submission. It corrects points of contact emails and updates the requirements for Factor 3 – Prior Experience, now mandating at least two federal design-build or site projects under NAICS 236220 with a construction value of $25M or more within the last 15 years. Factor 5 – Key Personnel now requires Superintendents to have experience in at least two design-build projects under NAICS 236220 with a construction value of $10 million within the last 15 years. The amendment also clarifies Senior Design Manager qualifications to include state licensure or DBIA certification and allows one prior experience submission from subcontractors or teaming partners, while the aggregate bond limit remains at $2,000,000,000.00.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    West Texas - New Mexico Preventative Maintenance For Facilities Support Services IDIQ 2026-2027
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified small businesses to provide preventative maintenance for facilities support services through an indefinite-delivery indefinite-quantity (IDIQ) contract for the West Texas and New Mexico region. The contract will encompass all necessary labor, supervision, tools, materials, and management for equipment and system maintenance and repairs at government facilities, covering areas in New Mexico, western Oklahoma, and western Texas. This procurement is crucial for ensuring that facilities meet the required federal, state, and local standards, with a performance period of one base year and four optional one-year extensions. Interested small businesses should direct inquiries to Dana L. Blake at Dana.L.Blake@cbp.dhs.gov, with the solicitation expected to be released soon.
    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.
    FY26 DESIGN-BUILD/DESIGN-BID-BUILD (DB/DBB) GENERAL CONSTRUCTION WEST MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is soliciting proposals for a Design-Build/Design-Bid-Build (DB/DBB) General Construction Multiple Award Task Order Contract (MATOC) with a total small business set-aside. This contract, valued at up to $99 million, aims to provide indefinite delivery and indefinite quantity (IDIQ) services for general construction projects west of the Mississippi River, with task orders ranging from the simplified acquisition threshold to $25 million. The MATOC will have a performance period of three years, with an option for an additional two years and a six-month extension, emphasizing the importance of these construction services for various district programs. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadline, and must be registered in the System for Award Management (SAM) at the time of submission. For further inquiries, contact Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045.
    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.
    Freer Border Patrol Station
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the design and construction of a new Border Patrol Station (BPS) located just west of Freer, Duval County, Texas. The project encompasses the development of several key facilities, including a main administrative-training building, a comprehensive processing and holding area, a communication tower, parking areas, an impound lot, short stay kennels, an above-ground refueling area, a vehicle maintenance facility, a carwash facility, an ATV facility, and a facility maintenance area, with an outdoor firing range included as a bid option. This construction initiative is vital for enhancing border security operations and will support the operational needs of the Border Patrol in the region. Interested contractors can reach out to Patricia Dickson at patricia.l.dickson@usace.army.mil or Nicholas I. Johnston at nicholas.i.johnston@usace.army.mil for further details regarding the solicitation process.
    Perimeter Security Assets
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking proposals for the acquisition of Perimeter Security Assets through a Request for Proposal (RFP) designated as 70US0926R70093552. This procurement aims to establish multiple firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contracts with small businesses to provide temporary security solutions and coordination services for National Special Security Events (NSSEs) across the United States. The selected contractors will be responsible for managing the acquisition, installation, and removal of various security assets, including vehicle barriers and fencing, while adhering to strict timelines and security requirements. Proposals are due by 11:00 AM EST on January 20, 2026, and must include a comprehensive management approach, technical approach, past performance documentation, and pricing information. Interested parties can contact Melissa Chabot at melissa.chabot@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov for further inquiries.
    Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design-Build and Construction Projects related to General Construction within the Boundaries of the U.S. Army Corps of Engineers (USACE), Jacksonville District
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Jacksonville District, is conducting a Sources Sought Notice for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on design-build and construction projects related to general construction primarily in Florida. This procurement aims to assess the interest and capabilities of the construction community, including small businesses, to ensure adequate competition for various construction requirements, including new construction, demolition, renovation, and repair projects supporting military and interagency stakeholders. The MATOC will cover a five-year period with a total estimated value of up to $15 million for task orders, with individual task orders expected to range from $10,000 to $80 million. Interested firms must submit their responses by January 9, 2025, to the designated contacts, Ireishal Adams and William Wallace, via email.