CBP OFO Blaine PROX System Maintenance Services
ID: 20148385Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 9:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking contractors to provide maintenance services for the DSX Proximity Access Control System at the Peace Arch Land Port of Entry in Blaine, Washington. The contractor will be responsible for ensuring the functionality of 69 controlled doors, conducting site visits, identifying necessary repairs, verifying software performance, and training CBP staff on system maintenance. This procurement is critical for maintaining the security operations of the CBP, ensuring that the access control system remains operational and up-to-date. Interested parties must submit their quotations by April 8, 2025, and direct any questions to Benjamin Dorgan at benjamin.j.dorgan@cbp.dhs.gov.

Point(s) of Contact
Files
Title
Posted
Mar 25, 2025, 11:04 PM UTC
The U.S. Customs and Border Protection (CBP) Office of Field Operations (OFO) is seeking a contractor for the maintenance and updating of the DSX Proximity Access Control System at the Peace Arch Land Port of Entry in Blaine, Washington. The responsibilities include conducting site visits, checking functionality of 69 controlled doors, identifying needed repairs, verifying software performance, and providing training to CBP staff on system maintenance. The contract spans a base year plus up to four optional renewal years, with specific site visits scheduled for each period. The contractor is responsible for work conducted during standard business hours and is required to coordinate with the Program Management Office to ensure minimal disruption to operations. The government will not provide any equipment or information, and all data handled is classified as Confidential Law Enforcement Sensitive. Any modifications to the Statement of Work must receive prior written approval from the Contracting Officer. Overall, this procurement supports the critical security operations of the CBP by ensuring the access control system remains operational and up-to-date.
Mar 25, 2025, 11:04 PM UTC
The document is aQuotation Pricing Sheet relating to RFQ 20148385 for the maintenance services of the PROX System at the OFO Blaine facility. It outlines a series of Contract Line Item Numbers (CLINs) associated with the maintenance services over a five-year period, comprising one base year and four option years, each of 12 months duration. The contractor is required to input their pricing in designated blue cells, which will automatically calculate the total costs for each year. The pricing sheet includes spaces for the quoter's name and their SAM UEI, indicating the necessity for proper identification and reporting in federal contracting. Ultimately, the document facilitates the procurement process for maintenance services, ensuring transparency and pricing consistency across the contract's duration.
Mar 17, 2025, 10:05 PM UTC
This document serves as a solicitation attachment for a mandatory site visit related to the proposal for the OFO Blaine PROX System Maintenance Services, as indicated by Solicitation Notice ID 20148385. The site visit is scheduled for March 31, 2025, at 10:00 AM PDT at the Peace Arch Land Port of Entry in Blaine, WA. Participation is essential for prospective vendors to gather necessary information for accurate quotations; those who do not attend will be deemed non-responsive. Attendees must RSVP by March 20, 2025, including necessary documentation, such as proof of U.S. citizenship for non-U.S.-born participants. The meeting will occur in the Peace Arch parking lot, and attendees are prohibited from visiting outside the designated time. Importantly, travel costs and expenses incurred will not be reimbursed, emphasizing the careful planning required for participation in government contracts. This document outlines the procedural requirements essential for vendors interested in bidding for the maintenance services contract.
Mar 21, 2025, 12:04 AM UTC
The CBP Contractor Information Sheet outlines requirements for visitor access to U.S. Customs and Border Protection (CBP) facilities. It mandates that all visitor information be submitted 72 hours prior to their arrival for approval by the Office of Professional Responsibility. Essential details include visitor identification—such as name, occupation, date of birth, U.S. citizenship status, and a government-issued photo ID. Each visitor must be accompanied by a designated escort, with one escort required for every four visitors, with stricter escorting depending on vetting status. Safety protocols are emphasized, ensuring constant supervision of visitors to prevent unauthorized access to CBP locations. Additionally, the document is governed by the Privacy Act of 1974, indicating that failure to comply could result in denied access. Overall, this sheet serves as a procedural guideline for managing authorized visitor entry while upholding security and privacy standards within CBP facilities.
Mar 17, 2025, 10:05 PM UTC
The document outlines various contract clauses and provisions applicable to solicitation RFQ 20148385, which is part of federal procurement processes. It begins with general clauses that are incorporated by reference, emphasizing the significance of the System for Award Management (SAM) and safeguarding of covered contractor information systems. The clauses detail contractors' responsibilities regarding controlled unclassified information (CUI), including access, safeguarding requirements, and flow-down obligations for subcontracts. Key provisions address the prohibition of contracting with entities connected to Kaspersky Lab, protections for small business subcontractors, and ensuring compliance with various equal opportunity and labor standards. Additionally, it emphasizes the importance of sustainable products in government contracting. The document serves to ensure compliance with federal regulations and executive orders, governing both the performance of contracts and the protection of sensitive government information, reflecting the government's push for accountability and security in its contract management processes.
Mar 25, 2025, 11:04 PM UTC
The document outlines wage determinations under the Service Contract Act (SCA) issued by the U.S. Department of Labor, specifically for contracts requiring minimum wage compliance based on Executive Orders 14026 and 13658. Effective for contracts on or after January 30, 2022, workers must be paid at least $17.75 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $13.30 per hour unless otherwise specified. Detailing various occupations and their required fringe benefits in Washington, the document specifies wage rates for a wide range of job categories, including administrative support, automotive services, health occupations, and more. Additionally, it lists requirements for paid leave, vacation, and holiday pay under the applicable Executive Order. The document also specifies the conformance process for unlisted job classifications. Overall, this wage determination serves to ensure fair compensation for workers engaged in federal service contracts while outlining responsibilities for contractors and compliance with additional employment protections, reflecting the government's commitment to ethical employment standards.
Mar 21, 2025, 12:04 AM UTC
The document outlines the site visit details for the mandatory solicitation associated with Notice ID 20148385, concerning the maintenance services for the OFO Blaine PROX System. Vendors interested in bidding must attend the site visit on April 2, 2025, at 11:00 AM PDT at the Peace Arch Land Port of Entry in Blaine, WA, where they can assess the site and gather information essential for their quotations. RSVPs are required by March 25, 2025, and must include a filled-out contractor information sheet, as well as documentation for attendees born outside the U.S. The meeting will start at a designated location in the parking lot, with a site visit coordinator available for inquiries during the visit. Vendors are advised that no reimbursement for travel or associated expenses will be provided. The strict requirement for attendance emphasizes the importance of firsthand experience in developing compliant proposals for the federal contract.
This government solicitation document outlines key contract clauses and provisions necessary for compliance in federal and commercial contracting. Key topics include the integration of clauses by reference, maintenance of the System for Award Management, and safeguarding of contractor information systems. The document emphasizes safeguarding federal contract information through strict security measures, such as access limitations, authentication procedures, and the sanitation of media before disposal. Additionally, contractors are required to comply with various federal statutes and executive orders, ensuring obligations related to small businesses and labor standards are met. The inclusion of specific clauses reflects the government’s commitment to sustainability, equitable labor practices, and cybersecurity. Overall, the document serves as a comprehensive guide for contractors engaging with federal entities, ensuring compliance with established legal and operational standards.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Cabling Services
Buyer not available
The Department of Homeland Security's Customs and Border Protection (CBP) is seeking cabling services for the installation of data cabling at the Cargo Building in Sterling, Virginia. The project involves the installation of 39 Cat 6 data cables, including necessary labor and materials for tasks such as wall rough-in, firestopping, and testing, to support the CBP's Electronic Collection System II Point of Sale Modernization Project. This procurement is critical for enhancing the technological capabilities within CBP’s cargo processing operations, with the awarded vendor required to comply with specific documentation and insurance requirements prior to commencing work. Interested parties must submit their capabilities to Amoz Samuel at amoz.j.samuel@cbp.dhs.gov by 5:00 PM Eastern Time on April 10, 2025, as this opportunity is not open for competitive bidding.
Security Operations Support Services
Buyer not available
The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking qualified contractors to provide Security Operations Support Services, with a focus on enhancing the agency's cybersecurity posture. The procurement aims to engage a contractor capable of delivering comprehensive IT security operations support, including program management, cyber defense forensics, incident response, threat intelligence, and vulnerability assessments, among other critical services. This initiative is vital for maintaining secure information systems that protect national interests against evolving cyber threats, aligning with federal cybersecurity frameworks and policies. Interested vendors must submit their responses to the Request for Information (RFI) by April 10, 2025, with inquiries directed to John Marschall at john.d.marschall@cbp.dhs.gov.
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.
Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
Buyer not available
The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking qualified contractors for a Competitive 8(a) Request for Proposals (RFP) to provide maintenance and repair services for Tactical Infrastructure (TI) assets along the U.S./Mexico border in the Rio Grande Valley, Laredo, and Del Rio/Big Bend South sectors. The procurement encompasses a range of services including maintenance of roads, bridges, fences, vegetation control, debris removal, border lighting, and drainage systems, requiring contractors to supply all necessary personnel, materials, and equipment. This initiative is critical for maintaining border security infrastructure, and interested 8(a) contractors must attend mandatory site visits scheduled for April 15-17, 2025, to gather essential information for their proposals. RSVPs for the site visits are due by April 7, 2025, and inquiries should be directed to Allison Baker at allison.e.baker@cbp.dhs.gov or Donna McMullen at donna.r.mcmullen@cbp.dhs.gov.
Porthill Land Port of Entry (LPOE) Modernization Project - Design - Build Construction
Buyer not available
The General Services Administration (GSA) is seeking qualified construction firms to provide Design-Build (D-B) services for the modernization of the Porthill Land Port of Entry (LPOE) in Bonners Ferry, Idaho. The project aims to expand and modernize the existing LPOE facility, which is over 55 years old, to enhance operational efficiency and accommodate modern inspection technologies, including the construction of a new main building, additional inspection lanes, and security enhancements. This project is significant as it will improve traffic flow and operational capabilities at a key border crossing between the United States and Canada, with an estimated construction value exceeding $50 million. Interested firms must submit their capabilities statements by April 25, 2025, to Christie VandenDries at christie.vandendries@gsa.gov, referencing “D-B – Porthill LPOE” in the subject line.
CBP Yuma Sunshade Canopy Installation
Buyer not available
The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the installation of a sunshade canopy at the Adair Park Firing Range in Yuma, Arizona. The project requires the contractor to provide comprehensive design, engineering, and installation services for a government-furnished fabric shade structure, adhering to safety and regulatory standards while ensuring completion within 120 days of order receipt. This installation is crucial for enhancing operational conditions at the facility, thereby improving the working environment for personnel. Interested vendors must attend a mandatory site visit on April 1, 2025, and submit their quotations by April 8, 2025, with inquiries directed to Contract Specialist Benjamin Dorgan at benjamin.j.dorgan@cbp.dhs.gov.
Purchase/Install Intrusion Detection System (IDS)
Buyer not available
The Department of Homeland Security (DHS), specifically the Federal Protective Service (FPS), is seeking proposals for the purchase and installation of a new Intrusion Detection System (IDS) at the Moorhead Federal Office Building in Pittsburgh, Pennsylvania. The project entails the removal of the existing IDS and the installation of a new system, which includes components such as an alarm control panel, keypads, and wireless transmitters, to enhance security measures at the facility. This procurement is critical for modernizing security infrastructure to protect federal personnel and assets, ensuring compliance with federal regulations regarding telecommunications equipment. Interested vendors must submit their quotes by April 15, 2025, and are encouraged to attend a site visit on February 4, 2025, with questions directed to primary contacts James Austin and Marcus Mason via email.
USBP El Centro Multiprotocol Label Switching Circuits & Internet Services
Buyer not available
The Department of Homeland Security's U.S. Customs and Border Protection (CBP) is seeking quotations for Multiprotocol Label Switching (MPLS) Circuits and Internet Services for the El Centro Sector in California. The procurement aims to enhance broadband connectivity at four specified locations, replacing outdated T1 connections with improved services that include a main hub requiring 4.5 Mbps and three additional sites each needing 1.5 Mbps, along with defined data allowances. This contract will span one base year with four optional one-year extensions, emphasizing compliance with security regulations and federal procurement laws. Interested contractors must submit their quotations by April 14, 2025, and direct any inquiries to Benjamin Dorgan at benjamin.j.dorgan@cbp.dhs.gov.
CONSTRUCTION SERVICES FOR MULITPLE NEW LAND PORT OF ENTRY
Buyer not available
The General Services Administration (GSA) is seeking qualified construction contractors to provide services for multiple new Land Ports of Entry (LPOE) projects located in Vermont and Maine. The projects involve the renovation and modernization of existing facilities at five specific locations: Alburg Springs, Beebe Plain, Calais Ferry Point, Norton, and Richford, with the aim of enhancing security, improving traffic flow, and ensuring compliance with Customs and Border Protection requirements. The expected construction durations range from 12 to 36 months, with estimated project costs varying from $5 million to $50 million depending on the location. Interested firms must demonstrate relevant experience and meet specific criteria, with submissions due by April 21, 2025. For further inquiries, interested parties can contact Carolyn Weekes at carolyn.weekes@gsa.gov or Michele Valenza at michele.valenza@gsa.gov.
USCG BASE KODIAK DIRECT DIGITAL CONTROLS (DDC) SYSTEM TROUBLESHOOTING AND PROGRAMMING SUPPORT
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified contractor to provide troubleshooting and programming support for the Direct Digital Controls (DDC) System at USCG Base Kodiak, Alaska. The contractor will be responsible for maintaining approximately 7,000 programmed points, ensuring compliance with relevant standards, and providing on-call support from April 1, 2025, to March 31, 2026, with the possibility of four additional one-year extensions. This contract is critical for maintaining optimal operational conditions across 25 designated buildings at the base, reflecting the government's commitment to robust infrastructural support. Interested small businesses must submit their quotes by 2 PM (AST) on April 11, 2025, to Jami Gardner at jami.l.gardner@uscg.mil, and all inquiries should be directed to the same contact by April 1, 2025.