Preventative Maintenance, Repair and Alteration Services: Southern California
ID: 70B01C25R00000058Type: Solicitation
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

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

    The Department of Homeland Security, specifically the Customs and Border Protection (CBP), is seeking proposals for an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract to provide preventative maintenance, repair, and alteration services for government facilities in Southern California. The contract will encompass all necessary labor, supervision, tools, materials, and management to ensure the optimal functionality and longevity of facilities across ten counties, including Los Angeles and San Diego, with a performance period of one base year and four optional years. This procurement is crucial for maintaining operational efficiency and compliance with federal, state, and local standards, reflecting the government's commitment to enhancing border security operations. Interested small businesses are encouraged to submit proposals, with a total estimated contract value of $47 million, and should direct inquiries to Denise V. Thompson at denise.v.thompson@cbp.dhs.gov. The solicitation documents will be available on www.SAM.gov, with proposals due by July 8, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a solicitation related to a federal contract administered by the Department of Homeland Security (DHS), specifically the Customs & Border Protection division. The primary purpose of this amendment is to inform vendors about forthcoming government responses to inquiries submitted by vendors on June 2, 2025. Additionally, it changes the submission deadline for Phase 1 proposals from June 9, 2025, to June 23, 2025. The amendment states that vendors must acknowledge receipt of this modification to ensure their offers are considered, either by returning a specified number of copies of the amendment or by indicating acknowledgment in their offer submissions. It also clarifies that all other terms and conditions of the original solicitation remain unchanged and in full effect. The document exemplifies standard procedures in federal RFP processes, demonstrating the importance of communication between the contracting agency and vendors, and ensuring that all parties involved are informed of critical updates and deadlines.
    This document serves as an amendment regarding a solicitation and contract modification issued by the DHS - Customs & Border Protection. The primary purpose of this amendment is to notify vendors that their questions submitted on June 2, 2025, will be addressed in a forthcoming Amendment A0004. Additionally, the deadline for Phase 1 submissions has been extended from June 23, 2025, to July 3, 2025. The amendment outlines that all other terms and conditions of the original solicitation and contract remain unchanged and in full effect. Vendors must acknowledge the receipt of this amendment for their offers to remain valid. The document emphasizes compliance with federal rules regarding the modification process and the acknowledgment of amendments by offerors. The format follows Standard Form 30 requirements, ensuring adherence to government guidelines for contract modifications.
    The document is an amendment to a federal solicitation for a contract administered by the Department of Homeland Security's Customs & Border Protection division. This amendment primarily serves to update key aspects of the solicitation. Firstly, it adds the government's responses to vendors' inquiries from June 2, 2025, as an attachment to the solicitation. Additionally, the due date for Phase 1 submissions has been changed from July 3, 2025, to July 8, 2025. Importantly, all other terms and conditions of the solicitation remain unchanged, reiterating the ongoing regulatory framework under which the solicitation operates. This amendment aims to clarify expectations for bidders and streamline the submission process, ensuring all parties have access to vital information and deadlines.
    This document addresses vendor inquiries related to a federal Request for Proposal (RFP) for facility maintenance services. Key topics include clarification on the duration of required past performance, given a discrepancy between the solicitation stating three years and guidance in an appendix specifying five years—confirmed by the government as five years. Additional requests for attachments containing facility and equipment lists are addressed, with the government agreeing to provide these through amendments to the solicitation. Vendors are allowed to ask questions until June 2, 2025, and details regarding site visits and current contractors are provided. However, the pricing information for the existing contractor is deemed proprietary and cannot be disclosed. Overall, the responses fairly address vendors' concerns to ensure clarity and fairness in the procurement process. The document emphasizes the government's commitment to maintaining transparency and accessibility throughout the RFP process.
    The document is an amendment to a solicitation related to a contract with the Department of Homeland Security's Customs & Border Protection. The purpose of the amendment is to communicate several changes to the solicitation, which include attaching government responses to vendors' questions and adding specific attachments related to the contract. Additionally, the amendment modifies the experience and past performance requirements, extending the necessary experience from three years to five years for two evaluative factors outlined in the solicitation. All other existing terms and conditions of the original solicitation remain unchanged and in full force. This amendment is a routine procedure in the context of government requests for proposals (RFPs) and grants, ensuring all interested parties are updated with pertinent information affecting their submission. The modification helps clarify the expectations and requirements for potential bidders, thus enhancing the transparency and efficiency of the procurement process.
    The Performance Work Statement (PWS) outlines the requirements for a Building Maintenance & Operations (BMO) contract for U.S. Customs and Border Protection (CBP) in Southern California. The main goal is to ensure the optimal functionality and longevity of facilities through a comprehensive preventive and repair maintenance program. Key objectives include maintaining equipment, addressing pre-existing deficiencies, ensuring regulatory compliance, and achieving maximum customer satisfaction. The contract encompasses general labor, supervision, tools, and materials for equipment maintenance across 36 locations within California. It specifies a base year and four option years starting September 1, 2025. Major components include a Quality Control Plan, system maintenance and repairs, and tracking maintenance efforts via a web-based system (CMMS). Additionally, the document details categories of repairs, including minor, intermediate, and major repairs, each with defined thresholds and procedures. Requirements for personnel qualifications, certifications, and safety compliance are emphasized, alongside procedures for inspections, scheduling, and reporting. Overall, this PWS aims to ensure effective facility operations while adhering to federal standards and enhancing the performance of CBP’s operational support infrastructure.
    The document outlines the federal and state facilities related to the Air and Marine Operations in California, detailing various units, buildings, and oversight infrastructure across several counties. It categorizes properties by campus names and includes information on legal interests, occupancy dates, and specifications for numerous operational sites such as airports, checkpoints, and maintenance facilities. Each facility listing includes identifiers (like CA numbers) and types (e.g., hangars, helipads, inspection booths) to provide a comprehensive overview of the infrastructure necessary for air and marine operations. Specifically highlighted are the locations in San Diego, El Centro, and nearby regions, where significant land and building assets are arrayed to support enforcement and logistical needs. This structured detail reflects the government’s continued investment in these critical operations, ensuring the readiness and functionality of national assets. The analysis emphasizes compliance with operational standards and the strategic importance of maintaining an effective air and marine presence in border security and related governmental functions.
    The document provides a comprehensive inventory of equipment located at the AMO NASNI Hangar, detailing various HVAC systems, exhaust fans, electrical panelboards, and hot water heaters, along with their respective serial numbers, manufacturers, and locations within the facility. The inventory highlights essential installations and maintenance equipment present in different sections of the hangar and other connected facilities. Key aspects include units of varying types, such as split systems, heat pumps, and exhaust fans, which are crucial for the operational efficiency and safety of the facility. The structured data helps in identifying equipment availability, condition, and maintenance needs, supporting effective asset management and compliance with safety regulations. This information is vital for planning upgrades, repairs, and resource allocation, particularly in the context of government RFPs and grants aimed at enhancing facility management and operational capacity.
    The document titled "Attachment C - CA Equipment Certification and Permits" lists various equipment certification and permit details in California, specifically for different sectors and locations overseen by SDC (San Diego County). Each entry includes unique identifiers (CA codes), facility descriptions, and associated permit types related to water systems, generators, and fuel stations. A notable aspect is the repetition of facilities, indicating multiple permits issued for the same locations or types of equipment. The permits vary from Generator Permits to Elevator Permits and Water System Testing, designed to ensure functionality and compliance with safety regulations. This document serves as a comprehensive reference for managing equipment certifications crucial for maintaining operational standards across California's public facilities, impacting local governance and compliance within federal and state RFPs for infrastructure and environmental safety. Overall, it underscores the state's commitment to regulatory oversight and operational efficiency in relevant sectors.
    The document outlines the line item summary for a government Request for Proposal (RFP) concerning maintenance and repair services across various OBP (Office Big Projects) and OAM (Office of Asset Management) locations. It details several phases with specified terms from 2025 to 2030, including base periods and option years, along with associated costs. Key components include preventive maintenance tasks, minor repairs under certain financial thresholds, and intermediate and major repair categories, which follow defined price ranges. The total evaluated costs for each period represent proposed expenditures, though funding for minor and intermediate repairs will be Not To Exceed (NTE) and any unspent funds will be deobligated. The major repairs consist of indefinite quantity items, with no funding obligated unless specified through task orders. The total evaluated price for the base period totals $1,854,600.00, while each option year totals $2,472,800.00. This summary serves as a structured financial breakdown for potential contractors seeking to fulfill maintenance obligations while complying with government procurement standards, guiding future fiscal planning and project execution.
    The document outlines the operational and facility requirements for various Air & Marine sector locations across California, focusing on the Air Unit in San Diego and the El Centro sector facilities. It details structures and features needed, such as hangars, helipads, administrative buildings, vehicle maintenance facilities, inspection canopies, and various site improvements. Each facility is designated with codes, indicating location and specific needs, while some buildings require special features such as HAZMAT storage and water treatment plants. The document organizes these facilities under San Diego, El Centro, and other regional sectors, detailing the quantity and type of units needed for operational efficiency. This comprehensive overview serves as a reference for government requests for proposals (RFPs) and grants aimed at enhancing Air & Marine operations and infrastructure in compliance with federal requirements. It reflects the government's commitment to improving operational capabilities and ensuring safety standards across all facilities.
    The document outlines the pricing structure for the California Preventative Maintenance Services under a federal government Request for Proposals (RFP). It specifies a base year and four option years for service, with a 6-month option period also included. Each project period has a monthly charge set at zero dollars, and it lists key labor categories, including Contract Manager, Quality Control Manager, and Service Manager. The proposer is required to fill in the proposed hourly rates for each labor category and a Prime Contractor coefficient. The document emphasizes compliance with submission requirements, specifying that all pricing must be presented to two decimal points and any deviations from this format will result in non-consideration. Overall, the file serves as an essential guideline for prospective contractors detailing how to submit their pricing proposals for evaluation.
    The document appears to pertain to a series of requests for proposals (RFPs) and potential federal grant opportunities, directed towards agencies and businesses interested in participation. Despite severe fragmentation and encoding issues, the main topic revolves around a selection of issues involving government contracts that may include funding for environmental projects, infrastructure enhancements, and community development initiatives. Key points indicate a focus on compliance with specific federal and state requirements, the importance of adhering to ethical guidelines, and the necessity for detailed project proposals that address both operational methodologies and cost efficiencies. There are references to safety regulations, environmental considerations, and potential collaboration with local entities to strengthen project outcomes. Ultimately, the purpose of the document is to provide a framework for understanding how stakeholders can access funding and support for various projects, while maintaining compliance with governmental standards. It underscores the emphasis on enhancing public welfare through strategic investment and cooperative efforts in public sector projects.
    The document is an appendix to the Facilities Maintenance and Repair Program for the Southeast Region, focusing on the collection of past performance contract reference data necessary for source selection in government Requests for Proposals (RFPs). It outlines the details required from contractors, including client names and addresses, contract points of contact, types of contracts, services provided, and performance timelines. Contractors must document the original and current values of contracts, including any delays and cost growth explanations, ensuring all past performance is relevant and current within the last five years. The structure emphasizes gathering comprehensive data to assess contractor qualifications and past work efficiency. This information is critical for evaluating bids in the context of federal and state/local government procurement processes, demonstrating contractors' capabilities in fulfilling project requirements efficiently and effectively.
    The Facilities Management and Engineering Directorate's Source Selection Plan outlines a process for evaluating contractor qualifications for the Facilities Maintenance and Repair Program in the Southeast. Offerors are required to complete a worksheet documenting their past performance on relevant contracts, including specifics about their roles, contract values, maintenance plans, and types of services provided. The plan emphasizes the need for prime contracting experience, development of preventive maintenance schedules, and the provision of emergency services. Additionally, it highlights the importance of compliance with federal and state standards, use of environmentally friendly materials, and engagement with diverse subcontractors. Offerors must also demonstrate experience in managing client maintenance schedules, inventory validation, and ensuring the transfer of data to clients. The structured approach aims to ensure that selected contractors meet the high standards necessary for government facilities maintenance, reflecting a commitment to quality and accountability within government contracting initiatives.
    The document outlines the Source Selection Plan for the Facilities Maintenance and Repair Program managed by the Facilities Management and Engineering Directorate for the Southeastern region. It includes a series of interview questions aimed at assessing the past performance of potential contractors. Key queries focus on the contractor's overall service impression, strengths and weaknesses, problem resolution process, customer satisfaction management, adherence to delivery schedules, cost control effectiveness, and the nature of their business relationships with other contractors. These questions are designed to evaluate contractor capability and reliability in order to inform decision-making processes regarding contract awards. The document underscores the importance of thorough evaluation in federal contracting, ensuring that selected contractors meet performance standards critical for project success.
    This government document outlines the solicitation and contractual details for an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract related to maintenance services for the Department of Homeland Security, Customs and Border Protection. The total estimated value of the contract is $47 million, including a minimum guarantee of $10,000 for the basic one-year period, with options for four additional years. The proposal encourages small business participation, including those owned by disadvantaged groups. The work includes preventative maintenance and various levels of repairs categorized into minor, intermediate, and major—as specified in specific service line items. Deliverables are outlined in the schedule, with emphasis on the need for price proposals to include specific attachments detailing line-item summaries and pricing. Offerors are advised to attend pre-solicitation site visits to understand operational conditions that may affect costs. Compliance with several Federal Acquisition Regulation clauses is required, ensuring adherence to contract performance and ethical standards. The document also addresses prohibitions on contracting with specific foreign entities, ensuring national security and compliance with federal policies. Overall, the solicitation emphasizes fair contracting practices while providing necessary services to enhance border security operations.
    Similar Opportunities
    Trash Disposal Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking market information for Trash Disposal Services to be provided at a minimum of 20 locations within the San Diego Sector. The procurement aims to identify industry capabilities for a service contract that encompasses management, supervision, labor, transportation, supplies, and equipment necessary for effective trash disposal, while ensuring compliance with EPA and local regulations. This Request for Information (RFI) is crucial for informing CBP's acquisition strategy and performance specifications, as the contractor will be responsible for all aspects of trash removal, including adherence to a quality control plan and safety standards. Interested parties should submit their responses via email to Contract Specialist Starla VanWinkle by December 17, 2025, at 2:00 p.m. ET, as this RFI is for planning purposes only and does not guarantee a contract award.
    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.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the metropolitan San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with two optional extensions, a total maximum value of $99 million, and task orders ranging from $2,000 to $1 million, with a minimum guarantee of $5,000. Interested contractors must ensure their registration in the System for Award Management (SAM) and monitor the specified websites for the Request for Proposal, which is expected to be posted around May 5, 2025. For further inquiries, contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with a potential extension of 36 months, and the estimated maximum value for all contracts combined is $49 million, with task orders ranging from $2,000 to $1 million. Interested contractors should contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676, and are encouraged to register on the relevant government websites as the solicitation will be available only in electronic format around May 5, 2025.
    Armed Protective Security Officer Services at Customs and Border Protection Locations throughout Puerto Rico for Federal Protective Service
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is soliciting proposals for Armed Protective Security Officer (PSO) services at Customs and Border Protection (CBP) facilities throughout Puerto Rico. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement with fixed hourly rates, covering an estimated 750,000 service hours over a five-year period, with a minimum guarantee of $100,000. This procurement is a competitive 8(a) small business set-aside, emphasizing the importance of security services in safeguarding federal facilities. Interested parties must submit proposals by December 8, 2025, at 3:00 PM Eastern Time, and are encouraged to contact Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov for further information and to attend a pre-proposal conference on November 21, 2025.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    EMERGENCY REPAIR A/C SYSTEM DCB BUILDING- FCC Victorville
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to issue a solicitation for a firm-fixed-price construction contract for the emergency repair of the A/C system at the DCB building within the Federal Correctional Complex (FCC) in Victorville, California. The project entails the removal of the existing A/C system and its replacement with a new system, with a performance period of 324 calendar days from the notice to proceed. This procurement is crucial for maintaining the operational integrity of the correctional facility, and the estimated project value ranges between $500,000 and $1 million. Interested small businesses must be registered in SAM.gov and can expect the solicitation to be available around December 16, 2025; for further inquiries, they may contact Patrick Ford at pford@bop.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.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    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.