ContractCombined Synopsis/Solicitation

OFO Sasabe Canopy Cover

DEPARTMENT OF HOMELAND SECURITY 20151445
Response Deadline
Jul 1, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking qualified contractors to provide a canopy cover for the outbound lane operations at the Sasabe Port of Entry in Arizona. The project requires a turnkey solution for a canopy measuring 40 feet wide by 20 feet long and 23 feet high, designed to protect personnel and vehicles during operations, with compliance to local and federal construction codes. This procurement is crucial for enhancing operational efficiency and safety at the border facility. Interested contractors must submit their quotations by June 12, 2025, at 5:00 PM EDT, and direct any inquiries to Benjamin Dorgan at benjamin.j.dorgan@cbp.dhs.gov.

Classification Codes

NAICS Code
332311
Prefabricated Metal Building and Component Manufacturing
PSC Code
5410
PREFABRICATED AND PORTABLE BUILDINGS

Solicitation Documents

5 Files
2.2.1_Sol_Att 2_Applicable Clauses & Provisions_20151445.pdf
PDF400 KBJun 10, 2025
AI Summary
The document outlines the applicable clauses and provisions for RFQ 20151445, focused on federal contracting requirements. It emphasizes the incorporation of various contract clauses by reference, ensuring compliance with regulations related to small business participation, safeguarding contractor information systems, and prohibitions on specific telecommunications and surveillance services. Essential clauses detail payment terms, performance expectations, and contractor responsibilities, particularly concerning information security and confidentiality. The document specifies that the contract is a firm-fixed-price purchase order with a defined term, outlines the process for invoicing via the U.S. Department of Treasury’s Invoice Processing Platform, and includes measures to ensure fair labor standards and support for small businesses. Detailed directives emphasize contractor transparency and the necessity for compliance with specific local and federal regulations, reflecting the government's commitment to ethical contracting practices and public accountability.
2.2.1_Sol_Att 1_SOW_20151445.pdf
PDF988 KBJun 24, 2025
AI Summary
The document outlines the Statement of Work (SOW) for a project by U.S. Customs and Border Protection (CBP) regarding the installation of a canopy cover at the Sasabe Port of Entry in Arizona. The project requires a turnkey canopy cover measuring 40’ wide by 20’ long and 23’ high, designed to protect personnel and vehicles during outbound operations. The contractor will handle design, engineering, manufacturing, testing, and installation, ensuring compliance with local and federal construction codes, including the International Building Code and National Electrical Code. Key tasks include managing project execution, delivering and assembling the canopy, and adhering to a 120-day deadline from order receipt. The canopy must be made from flame-retardant material, withstand significant wind loads, and come with a minimum five-year warranty. No security classifications are noted, and changes to the SOW require written approval. Points of contact for project management and contracting are also provided. This SOW exemplifies procedures for federal procurement to ensure efficient execution while maintaining operational security at the port.
2.4.1_Sol_A1_QA_20151445.pdf
PDF61 KBJun 10, 2025
AI Summary
The document presents a set of questions and answers regarding a Request for Quotation (RFQ) for a canopy installation project, specifically RFQ Notice ID 20151445, concerning the construction of a canopy cover in Sasabe. The key clarifications include the confirmation of the required dimensions for the canopy as 20' x 40', despite an aerial image suggesting otherwise. While the specifications call for a specific frame material, alternatives that meet the necessary structural requirements are permitted. The Government will not accept substitutions for the required fabric weight, maintaining the original specifications. Additionally, bidders are responsible for their own sketch development, and the Government is not focused on the contractor's insurance coverage, given the contract's fixed-price nature. The procurement approach will follow a Lowest Price Technically Acceptable (LPTA) method, adhering to federal guidelines for evaluation criteria. This document serves to refine requirements and assist potential contractors in preparing accurate bids for the project, ensuring compliance with government standards and expectations.
2.4.1_Sol_A2_QA_20151445.pdf
PDF66 KBJun 24, 2025
AI Summary
This document presents a Q&A segment for a Request for Quotation (RFQ) involving the installation of a canopy cover at the Sasabe location. The main focus is to address bidders' inquiries regarding scope, specifications, and contract conditions. Key confirmations include that the correct dimensions for the canopy are 20' x 40', specified materials must be adhered to without substitutions, and no site surveys will be provided by the government. The project does not require compliance with Davis-Bacon Wage Rates or NIST SP 800-171 standards, and contractors are responsible for any necessary site assessments post-award. Additionally, the acquisition is being conducted under the Lowest Price Technically Acceptable (LPTA) evaluation criterion without GSA pricing applicability. This Q&A serves to clarify procedural expectations and technical requirements crucial for potential contractors engaged in federal procurement processes.
2.4.1_Sol_A2_Att 2_Applicable Clauses & Provisions_20151445.pdf
PDF371 KBJun 24, 2025
AI Summary
The document outlines the applicable provisions and clauses for a government contract, detailing obligations for contractors under various Federal Acquisition Regulation (FAR) clauses, including requirements for safeguarding contractor information systems, compliance with small business participation mandates, and prohibitions against using certain telecommunications equipment. Among the specific clauses cited are provisions for maintaining the System for Award Management, accelerated payments for small business subcontractors, and requirements for addressing disclosed information. Additionally, it emphasizes adherence to regulations concerning child labor, veteran employment, and combating human trafficking. The contract type is a firm-fixed-price purchase order, with a specified term of 120 days post-award. The document serves as a comprehensive guide for contractors to ensure compliance with federal policies, highlighting specific responsibilities linked to government contracts, especially regarding ethical and secure operational practices. Overall, this structured overview underscores the seriousness of compliance in government contracting processes, reflecting the government’s commitment to protecting sensitive information and enforcing ethical practices in business engagements.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJun 4, 2025
amendedAmendment #1· Description UpdatedJun 10, 2025
amendedAmendment #2· Description UpdatedJun 13, 2025
amendedLatest Amendment· Description UpdatedJun 24, 2025
deadlineResponse DeadlineJul 1, 2025
expiryArchive DateJul 2, 2025

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US CUSTOMS AND BORDER PROTECTION
Office
BORDER ENFORCEMENT CONTRACTING DIVISION

Point of Contact

Name
Benjamin Dorgan

Place of Performance

Sasabe, Arizona, UNITED STATES

Official Sources