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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
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
USBP El Centro Multiprotocol Label Switching Circuits & Internet Services
Buyer not available
The Department of Homeland Security, through the U.S. Customs and Border Protection, is seeking quotations for Multiprotocol Label Switching (MPLS) Circuits and Internet Services for four locations within the El Centro Sector in California. The objective is to enhance broadband connectivity by replacing existing T1 connections with secure MPLS connections, thereby improving communication infrastructure for operational effectiveness within the Border Patrol sector. Interested contractors must submit their quotations by April 28, 2025, at 5:00 PM EDT, and are encouraged to direct any questions to Benjamin Dorgan at benjamin.j.dorgan@cbp.dhs.gov. The procurement is open-market and unrestricted, with a focus on providing the most advantageous quote based on technical acceptability and price.
Purchase/Install Intrusion Detection System (IDS)
Buyer not available
The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors to purchase and install 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, alarm keypads, and wireless transmitters, among others. This procurement is crucial for enhancing security measures within federal facilities, ensuring the protection of personnel and assets. Interested vendors must submit their quotes by May 9, 2025, at 4:00 PM EDT, and are encouraged to attend a site visit on February 4, 2025, to better understand the project requirements. For further inquiries, contact James Austin at james.austin@associates.hq.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.
Preventative Maintenance, Repair and Alteration Services: Southern California
Buyer not available
The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking proposals for an indefinite-delivery indefinite-quantity (IDIQ) contract to provide preventative maintenance, repair, and alteration services for government facilities in the Southern California region. This contract will encompass all necessary labor, supervision, tools, materials, and management to ensure the maintenance and repair of equipment and systems across ten counties, including Los Angeles and San Diego, with a performance period of 12 months plus four optional one-year extensions. The procurement is set aside entirely for small businesses, with a NAICS code of 561210 and a small business size standard of $47 million, and will be evaluated on a "Best Value" basis. Interested small businesses should direct inquiries to Denise V. Thompson at denise.v.thompson@cbp.dhs.gov, and proposals must be submitted in accordance with the forthcoming solicitation documents, which will be available on www.SAM.gov.
Install Pedestrian Gate, USBP Swanton Sector HQ
Buyer not available
The General Services Administration (GSA) is seeking a contractor to install a new pedestrian gate at the Swanton Sector Headquarters of the U.S. Border Patrol in Vermont. The project involves the installation of the gate within the existing chain link fence adjacent to an automated vehicle gate, facilitating egress from the fenced area behind the main building. This procurement is significant as it enhances security and access for personnel at the facility. The estimated cost for this project ranges from $25,000 to $100,000, and it is exclusively reserved for small businesses under the Total Small Business Set-Aside program. Interested parties should note that the solicitation package will be available on or about April 29, 2025, and can direct inquiries to Lyska Bishop Benitez at lyska.bishopbenitez@gsa.gov or by phone at 617-531-2635.
RFP - MARITIME PATROL AIRCRAFT MAINTENANCE and LOGISTICAL SERVICES
Buyer not available
The Department of Homeland Security's Customs and Border Protection (CBP) is soliciting proposals for maintenance and logistical services for its Maritime Patrol Aircraft (MPA) fleet, which includes P-3 and DHC-8 aircraft. The contract requires comprehensive organizational and intermediate-level maintenance to ensure operational readiness, compliance with FAA regulations, and effective material management. This initiative is crucial for maintaining the CBP's aerial capabilities in safeguarding U.S. borders and enhancing mission effectiveness. Interested contractors should direct inquiries to Bartek Chwalek or Joquita Wheeler via email, with proposals due by May 6, 2025, at 5:00 PM EDT, as funding availability will determine contract awards.
AXIS SECURITY SYSTEMS UPGRADE & INSTALL
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the upgrade and installation of an AXIS Security System at Station Monterey, California. The project entails the installation of a comprehensive video surveillance system and enhanced entry control measures, including the setup of surveillance cameras, badge readers, and access control systems across several key buildings. This initiative is crucial for strengthening security measures at the facility, ensuring operational readiness and compliance with regulatory standards. Interested contractors should contact LT. Bryce Laster at Bryce.A.Laster@uscg.mil or (831) 647-7308, or Ryan H. King at ryan.h.king2@uscg.mil or 619-943-5942 for further details. The project is expected to commence within fourteen days of contract award and be completed within three weeks.
U.S. Customs and Border Protection (CBP) Less Lethal Pressurized Air Launcher Systems (LLPALS)
Buyer not available
The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is seeking quotes for the procurement of Less Lethal Pressurized Air Launcher Systems (LLPALS) to support its Law Enforcement Safety & Compliance Directorate. The solicitation includes detailed technical specifications for the LLPALS, which must meet specific operational requirements, safety features, and performance standards, ensuring they are suitable for law enforcement applications. This initiative reflects the government's commitment to enhancing public safety through the acquisition of non-lethal equipment, with a contract value ranging from $5,000 to $7,500,000 over a five-year period, starting from September 18, 2025. Interested vendors can direct inquiries to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov, and must adhere to the submission guidelines outlined in the attached RFQ documents.
Port Security Barrier (PSB) System and Components Out of Water Upkeep, Repair, & Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide upkeep, repair, and maintenance services for the Port Security Barrier (PSB) System at Newport News Shipbuilding. The procurement involves comprehensive out-of-water maintenance, including the removal, cleaning, inspection, and repair of 32 modules, 5 anchors, and 1 marine fender, ensuring the PSB operates effectively in safeguarding critical port facilities. The contract is a Firm Fixed Price procurement with a performance period of 120 days, and interested parties must submit their quotes by 1:00 PM on May 8, 2025, to the designated contracting officer, Shauna McLarney, via email. For further inquiries, contractors can reach out to the primary and secondary contacts provided in the solicitation.
Firing Range Services for CBP Port of Norfolk
Buyer not available
The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking to negotiate a Sole Source Award for indoor firing range services at the Port of Norfolk, Virginia. The procurement involves providing quarterly firing range services for 142 officers, including an indoor range with 8 lanes, classroom facilities for up to 14 officers, and a training/mat room, all to be available 16 to 18 days per quarter. This service is critical for the training and operational readiness of CBP officers, ensuring they meet necessary performance standards. Interested parties must submit their capability information by 3:00 PM ET on April 25, 2025, to Robert Kay at robert.j.kay@cbp.dhs.gov, as no solicitation will be made available for this opportunity.
Marine Crew Gear Kit
Buyer not available
The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified small businesses to provide Marine Crew Gear Kits through a firm-fixed price indefinite delivery-indefinite quantity contract. This procurement aims to supply essential maritime safety equipment, including components such as dive knives, rescue tools, and personal flotation devices, which are critical for operational readiness in border enforcement activities. Interested vendors must submit their quotations by April 28, 2025, at 3 PM MDT, including a pricing quote, a signed SF 1449, and product description sheets, with the initial order expected to be approximately 143 kits. For further inquiries, potential bidders can contact Kirk Hunt at kirk.w.hunt@cbp.dhs.gov or by phone at 520-407-2811.