RFP - MARITIME PATROL AIRCRAFT MAINTENANCE and LOGISTICAL SERVICES
ID: CBP-RFP-02272025-001Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONAIR AND MARINE CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)
Timeline
    Description

    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking proposals for Maritime Patrol Aircraft Maintenance and Logistical Services, specifically for its fleet of P-3 and DHC-8 aircraft. The procurement aims to ensure organizational and intermediate-level maintenance, logistics support, and program management to maintain aircraft availability and mission readiness across various operational sites, including Jacksonville, Florida. This contract is critical for supporting CBP's air and marine operations, ensuring compliance with aviation regulations and safety standards. Interested parties should monitor SAM.gov for future announcements regarding re-solicitation, as the original Request for Proposal (RFP) has been canceled due to a reassessment of project requirements. For further inquiries, contact Bartek Chwalek at bartek.m.chwalek@cbp.dhs.gov or Joquita Wheeler at joquita.m.wheeler@cbp.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses questions and answers regarding a federal government RFP for a combined P-3 / DHC-8 maintenance contract, focusing on clarification of requirements and procedures. Key topics include the submission of a draft Quality Control Plan, contractor responsibility for calibration services, the availability of government-owned laboratories, and the provision of vendor lists and estimated material buys. The RFP also clarifies CAGE code submission, the transition from e-QIP to NBIS, network access for contractors, and sourcing of P-3 parts. Further questions address the applicability of the Collective Bargaining Agreement, the timing for Key Personnel placement, details on transient aircraft support, and the provision of flight controls, engines, and propellers. The document also clarifies requirements for engine and propulsion definitions, logbook completion, personnel management plans, and the removal of certain FAR clauses related to professional employee compensation, financial statements, and contract types.
    The U.S. Customs and Border Protection (CBP) Information Systems Security Policies and Procedures Handbook (HB 1400-05D), Version 8.0, issued on September 13, 2024, outlines comprehensive security safeguards for CBP's IT infrastructure and operations. It aims to achieve confidentiality, integrity, availability, and non-repudiation, building upon DHS 4300A and incorporating NIST, OMB, Congressional, and Executive Branch mandates. This handbook applies to all CBP personnel, contractors, and authorized users, covering management, operational, and technical controls. It details roles and responsibilities from the Commissioner to individual system users, emphasizing compliance with federal laws and DHS policies. Key areas include security authorization, risk management, digital signatures, and incident reporting. Non-compliance can lead to penalties, and all systems must undergo annual security assessments and adhere to strict guidelines for interconnections and data protection, ensuring a robust security posture for all CBP information systems.
    The U.S. Customs and Border Protection (CBP) Information Systems Security Policies and Procedures Handbook (HB 1400-05D) outlines essential security protocols for safeguarding sensitive information within its IT systems, adhering to federal guidelines and the DHS mission. The handbook emphasizes maintaining confidentiality, integrity, availability, and non-repudiation in handling CBP information. It details the roles and responsibilities of various personnel, including the Commissioner, Chief Information Officer, and Chief Information Security Officer, ensuring a well-managed security framework. The document specifies guidelines for risk management, operational and technical controls, personnel screening, physical security, and response to security incidents. It mandates that all users comply with established security policies to mitigate violations, articulating penalties for non-compliance. The policies impact all CBP personnel and contractors using information systems for processing, storing, or transmitting data. In the context of federal RFPs, grants, and local initiatives, this handbook assists in fostering secure IT environments for governmental operations. By laying a structured foundation for security measures, it ensures that the CBP can effectively protect sensitive information, meet compliance requirements, and enhance overall cybersecurity resilience.
    This government file addresses numerous questions and clarifications regarding an RFP for MPA (Maritime Patrol Aircraft) Maintenance. Key areas include the DHS Mentor-Protégé Program, proposal formatting requirements (page limits, font sizes, inclusion of graphics and tables), and the submission of cost/price information. It also clarifies requirements for facilities (office, warehouse, repair), personnel qualifications (CBP BI, DOD Secret clearance, FAA certifications), and the use of government-provided systems (Maintenance Management System). Additionally, the document addresses questions on historical data, vendor agreements, and evaluation criteria, with several updates made to the RFP sections L, M, PWS, and appendices to reflect the CBP’s answers.
    The document outlines the Requests for Proposals (RFP) for the Department of Homeland Security's Customs and Border Protection (CBP) maintenance services contract, detailing responses to various queries from potential contractors. Key points include clarifications about proposal formatting and content requirements, evaluation criteria, participation in the DHS Mentor-Protégé Program, and specific contractual obligations. Contractors are encouraged to utilize designated formats for presentations and must adhere to specified page limits while including certain appendices that do not count against these limits. There are stipulations regarding facility requirements, including operational capacities, and the handling of past performance examples from subcontractors. Additionally, the document addresses the need for a Quality Control Plan and transition plan as part of the proposal structure, which will not count against the maximum pages allowed. Crucially, this RFP emphasizes the compliance with regulations, clarity in communication about expectations, and detailed instructions on proposal submission, indicative of the government's serious commitment to thorough vetting and operational success in service contracts.
    The document is a compilation of questions and responses regarding a Request for Proposal (RFP) for maintenance services for the Customs and Border Protection (CBP) agency. The file addresses various sections of the Performance Work Statement (PWS), evaluated criteria, and offers clarity on specific requirements for contractors. Key topics include the necessity of submitting a draft Quality Control Plan with proposals, calibration responsibilities for contractor equipment, and expectations for key personnel during the transition phase. Contractors are tasked with maintaining a rotable pool of flight controls and sourcing critical aviation parts while also managing a workforce as outlined in the Personnel Management Plan. The responses clarify that contractors are required to provide their sourcing plans for aircraft engines and parts, and various compliance clauses applicable to the contract were confirmed or modified based on the solicitation context. Additionally, specific clarifications were provided around documentation requirements and personnel responsibilities, ensuring contractors are aware of their obligations in terms of performance and reporting. Through these insights, the document serves as a vital resource, ensuring potential offerors understand the expectations for successful proposal submissions in line with governmental contracting standards.
    DHS Policy Directive 4300A, Version 13.4, issued December 6, 2024, establishes the Information Technology System Security Program for Sensitive Systems within the U.S. Department of Homeland Security. This directive outlines policies, procedures, standards, and guidelines for DHS components to protect sensitive information and IT assets, aligning with federal security regulations such as FISMA 2014 and NIST SP 800-53, Revision 5. The policy addresses various control families, including Access Control, Awareness and Training, Audit and Accountability, and Assessment, Authorization, and Monitoring. Key updates in this version include revised cybersecurity awareness training requirements. The directive emphasizes risk-based security, continuous monitoring, and the timely remediation of vulnerabilities, providing a comprehensive framework for managing and protecting DHS's information systems against evolving threats.
    The DHS Policy Directive 4300A outlines the framework for the Information Technology System Security Program for Sensitive Systems within the Department of Homeland Security (DHS). This directive emphasizes the necessity of protecting sensitive information systems to ensure the confidentiality, integrity, and availability of information. It captures key requirements in compliance with federal laws including FISMA and guidelines established by NIST. The directive is organized into sections addressing various control families—such as access control, training, audit and accountability, incident response, and contingency planning—each detailing policies for managing information security. The directive intends to enhance resilience against sophisticated attacks through comprehensive training and stringent management protocols. All DHS personnel, including contractors and system users, must be aware of their responsibilities and undergo mandatory cybersecurity training. The directive is effective upon issuance and underscores the responsibility of DHS leadership in implementing these policies, with a focus on continuous improvement and compliance. This document is critical in the context of government initiatives and federal grants, as it aligns with overarching cybersecurity efforts to protect national interests and fulfill statutory requirements.
    The document, "Attachment J: J-1 Offeror and Sub-Contractor Summary Table Instructions," outlines the instructions for completing the J-1A Offeror and Subcontractor Summary Table, a crucial component in federal government RFPs. It details how offerors should provide information about all entities involved in meeting solicitation requirements. Key sections include instructions for listing the Entity Name (Column A), Physical Location (Column B), CAGE Codes/UEI (Column C), Roles and Responsibilities with Work Description (Column D), and the Percentage of Total Proposed Level of Effort (Column E). The document also briefly mentions the J-1B Business Systems table, which requires details on various business systems such as accounting, purchasing, and property management, along with their status and relevant FAR references. The primary purpose is to ensure comprehensive and accurate disclosure of all entities, their roles, locations, and effort percentages, facilitating transparent evaluation of proposals.
    The document provides instructions for completing the Offeror and Sub-Contractor Summary Table (J-1A) relevant to government solicitations. It specifies how to detail entities involved in a project, including their physical locations, CAGE Codes/UEIs, and roles regarding the solicitation requirements. Each entity’s contribution to the work in terms of a proposed level of effort is also outlined, ensuring proper accountability and clarity in organizational structure. The instructions emphasize the necessity of listing entities separately if they have multiple locations or CAGE codes to avoid confusion regarding their responsibilities. Additionally, the document includes a section regarding business systems and the required status of various systems, ensuring compliance with federal regulations. Overall, the document serves as a guideline for bidders to compile necessary information accurately and transparently, thereby supporting compliance with the government’s procurement processes.
    The provided government file, "Attachment J-2 Instructions," outlines the staffing plan requirements for federal government RFPs, specifically focusing on Air Operation Sites and Specialty Areas like Warehouse/Material Management/In-House Repairs. It mandates that all proposed positions be identified by work type (Full-Time or Part-Time) and that labor hours align with the cost volume. The document details personnel requirements for various functions including program management, safety, quality assurance, logistics, maintenance planning, and touch/non-touch labor at Air Operation Sites. It also provides example labor categories, occupation codes, and hours for different shifts, emphasizing that offerors should customize these to accurately represent their specific staffing. Fictional numbers are used for formula purposes. Additionally, "Attachment J-2B" extends these requirements to specific operating sites like Jacksonville, FL, and Houston, TX, listing various roles from managers to janitors. A key instruction across all attachments is to include notes for any combined labor category functions.
    The document outlines instructions for preparing a Staffing Plan in response to federal solicitations, focusing on the identification and categorization of personnel roles to support Air Operation Sites. Offerors are required to specify positions as full-time (FT) or part-time (PT) and must delineate labor hours in alignment with cost proposals. It emphasizes the inclusion of various personnel, such as management, quality control, repair, logistics, and maintenance staff, to ensure comprehensive program support. Additionally, the file stipulates the importance of detailing combined labor categories in the notes section. Instructions indicate flexibility for offerors to adjust labor categories within specified functions. The document serves as a critical guideline for structuring proposals, particularly regarding labor evaluation and resource allocation in line with federal regulations.
    The Collective Bargaining Agreement between DynCorp International (Amentum) and the International Association of Machinists and Aerospace Workers AFL-CIO, District Lodge 776, Local Lodge 15, outlines the terms of employment for the Customs and Border Protection Air Unit in Conroe, Texas, effective May 1, 2022, to April 30, 2026. This comprehensive agreement covers critical aspects such as management rights, union recognition, seniority, promotions, leaves of absence, holidays, vacation, overtime, and disciplinary actions. It also addresses group insurance, retirement, uniforms, deployment protocols, grievance procedures, and new job classifications, ensuring fair labor practices and operational continuity at the government facility.
    The document appears to be a highly fragmented and corrupted government file, possibly related to an RFP, federal grant, or state/local RFP. Due to the extensive corruption and lack of decipherable content, it is impossible to identify a main topic, key ideas, or supporting details. The text consists primarily of unreadable characters, making any meaningful analysis or summarization unfeasible. The document's structure is indiscernible beyond the presence of some repeated characters and what might be a footer with partial numerical sequences.
    The Collective Bargaining Agreement between DynCorp International (a subsidiary of Amentum) and the International Association of Machinists and Aerospace Workers, AFL-CIO, regulates employee relations and working conditions for the Customs and Border Protection Air Unit in Conroe, Texas, covering the duration from May 1, 2022, to April 30, 2026. The document encompasses various articles outlining the intent and purpose of the agreement, management rights, union recognition, employee dues deduction, promotions, overtime pay, and leaves of absence. Notable provisions include seniority rules, grievance procedures, holiday and vacation entitlements, as well as health and welfare benefits. It establishes the roles and responsibilities of management and union representatives, emphasizes non-discrimination in workplace policies, and outlines disciplinary actions. The agreement ensures employee rights and sets benchmarks for performance standards, safety regulations, and employee benefits. This contract reflects the commitment to maintain a cooperative working environment and ensure compliance with federal labor laws and regulations, serving as a framework for labor relations at the federal level.
    The document provides an extensive overview of various federal, state, and local Requests for Proposals (RFPs) and grant opportunities. While specific details are corrupted or unreadable, the overarching theme revolves around funding and assistance programs aimed at supporting diverse sectors. It emphasizes the need for organizations to align their proposals with government objectives, particularly in areas susceptible to environmental and economic challenges. The significance of compliance with specific guidelines and standards is highlighted, ensuring that applications meet rigorous evaluation criteria for successful funding. Additionally, it offers insights into the processes required for obtaining grants, including documentation and procedural adherence. The focus is on streamlining operations and enhancing efficiency through federal initiatives, showcasing the government's commitment to fostering growth and development in various communities and sectors.
    The U.S. Customs and Border Protection (CBP) Air and Marine Operations (AMO) requires comprehensive aircraft maintenance and logistical support services for its Maritime Patrol Aircraft (MPA) fleet. This Performance Work Statement (PWS) outlines the need for organizational and intermediate-level maintenance, material management, and inventory control to ensure aircraft availability, mission readiness, and safety. Key objectives include strict adherence to quality and safety standards, data-driven efficiency improvements, and material sustainment measurements. The contractor must provide program management oversight, including financial management, risk management, and quality control, adhering to AS9100/AS9110 certification. The PWS details requirements for government-furnished equipment and information, contractor-furnished property, and accessible technology in accordance with Section 508. It also specifies office and warehouse space needs, vendor management, engineering services, deficiency reporting, technical direction, and configuration management. Staffing, key personnel, travel, and training requirements are also detailed to ensure a highly qualified workforce. The overarching goal is to maintain an operationally safe, airworthy, and efficient fleet while optimizing costs and responsiveness.
    This Performance Work Statement outlines the requirements for aircraft maintenance and logistical support services for the U.S. Customs and Border Protection (CBP) Air and Marine Operations (AMO) Maritime Patrol Aircraft (MPA) fleet. The contract covers Organizational (O) and Intermediate (I) level maintenance and logistics, ensuring aircraft availability, airworthiness, and mission capability across various operating sites. Key aspects include program management, quality control (requiring AS9100/AS9110 certification), risk management, financial reporting, and strict adherence to aviation regulations and safety standards. The contractor is responsible for managing government-furnished equipment, providing certain contractor-furnished items, and maintaining facilities, including office and warehouse space in Jacksonville and Houston. The PWS also details requirements for vendor management, engineering services, deficiency reporting, technical direction, configuration management, and the use of a government-provided aircraft maintenance management system. Staffing, key personnel, travel, and training certifications are also covered.
    The U.S. Department of Homeland Security's Customs and Border Protection (CBP) seeks comprehensive maintenance and logistical support for its Maritime Patrol Aircraft (MPA) fleet through a contractor. This contract, targeting both Organizational and Intermediate-level maintenance, aims to ensure aircraft readiness, operational availability, and compliance with various aviation regulations. The contractor is responsible for maintaining aircraft airworthiness, managing material inventories, and conducting necessary maintenance activities across diverse operational sites, both within and outside the Continental United States. Key objectives include ensuring aircraft are operationally safe and fully mission-capable, implementing efficiency and safety improvements, and managing risks associated with aircraft operations. The contractor will execute a robust program management plan, establish quality assurance processes, and develop Standard Operating Procedures tailored for specific aircraft types, notably the P-3 and DHC-8. Additionally, the contractor must comply with strict financial management protocols and engage in continual training and certification of personnel. This contract signifies a critical step for CBP to enhance its mission capability while adhering to high standards of safety, quality, and compliance.
    The U.S. Department of Homeland Security’s Customs and Border Protection (CBP) outlines a performance work statement for maritime patrol aircraft maintenance and logistical services. The contract emphasizes the need for continuous aviation maintenance and logistics support for CBP’s Maritime Patrol Aircraft (MPA) fleet, ensuring operational readiness and compliance with FAA regulations. The contractor is responsible for organizational and intermediate level maintenance, material management, quality assurance, and ensuring airworthiness according to established aviation standards. Key objectives include maximizing aircraft availability for mission-capable configurations, implementing data analytics for efficiency, and supporting aircraft preservation and retirement. The contractor must develop a Program Management Plan to align operations with CBP’s goals, maintain effective vendor relationships, and ensure all personnel meet specified qualifications and security clearances. Additionally, a Quality Control and Assurance framework will monitor performance standards, and detailed documentation processes will capture maintenance activities and regulatory compliance. The contract enforces rigorous risk management practices to proactively address potential issues. Overall, this initiative underscores CBP's commitment to operational excellence in safeguarding U.S. borders through reliable aerial capabilities and efficient management processes.
    The document outlines various appendices for a government file, including acronyms, definitions, regulations, training, certifications, a summary list of forms, Contract Data Requirements Lists (CDRLs), and maintenance information for P-3 and DHC-8 aircraft. The core of the document is a comprehensive breakdown of CDRLs, detailing specific reports and plans required from contractors. These include a Program Management Plan, Communications Management Plan, Quality Control Plan, Integrated Logistics Support Plan, and various financial, personnel, and aircraft-related reports. Each CDRL specifies its frequency, submission timeline, and a detailed description of its content and purpose, emphasizing adherence to government standards and performance metrics.
    This government file, likely an appendix to a larger RFP or contract, details various appendices covering acronyms, definitions, regulations, training, certifications, forms, and maintenance information for P-3 and DHC-8 aircraft. It provides a comprehensive list of abbreviations used in the document and defines numerous terms related to aircraft maintenance, logistics, financial management, and government contracting. The file also outlines the specific regulations, security requirements, training, and certifications necessary for personnel involved in the contract. A significant portion is dedicated to a summary list of forms with retention times and responsible areas, and a detailed Contract Data Requirements List (CDRLs) specifying deliverable reports, their frequency, and submission details, covering program management, logistics, and aircraft status.
    The document provides comprehensive guidelines related to federal contracts, specifically for aircraft maintenance services, under Customs and Border Protection (CBP). It includes appendices detailing acronyms, definitions, regulations, training requirements, and contract data requirements lists (CDRLs). Key focus areas include maintenance responsibilities, quality control protocols, and logistical support plans essential for lifecycle management of aircraft. The summary of forms outlines retention policies for various documentation related to procurement, maintenance, and quality assurance. CDRLs specify a range of required reports, such as Program Management Plans, Quality Control Plans, and funding status reports, necessary for ongoing contract oversight and adherence to government standards. Collectively, the content reflects the systematic approach the government employs in managing contracts to ensure effective service delivery and regulatory compliance.
    The document outlines a comprehensive guide relating to regulations, maintenance, and operational requirements for aircraft within the U.S. government framework, particularly focusing on the Customs and Border Protection (CBP). It includes numerous appendices covering acronyms, definitions, regulations, training, certifications, and a detailed Contract Data Requirements List (CDRL). Key topics include the roles and responsibilities of various personnel, maintenance standards for aircraft such as the DHC-8 and P-3, and formalized procedures for contract oversight and quality assurance. The document emphasizes compliance with federal regulations and safety protocols, detailing specific forms and reports necessary for maintaining operational readiness and financial accountability. The CDRL section specifies required reports, such as Program Management Plans and Quality Control Plans, alongside their submission frequency and informational content. Overall, this document serves as a critical resource for ensuring effective contract management and operational efficiency in maintaining aircraft, with a focus on safety, compliance, and quality control within the government contracting process.
    The U.S. Customs and Border Protection's Quality Assurance Surveillance Plan (QASP) outlines the systematic methods for monitoring the performance of contractors providing Maritime Patrol Aircraft Maintenance and Logistical Services. The QASP details performance management approaches, roles and responsibilities of key personnel like the Contracting Officer and Designated Agency Representative, and various surveillance methods including periodic inspections, random sampling, customer feedback, and audits. It establishes a framework for evaluating contractor performance against defined standards, utilizing quality assurance forms and reports, and implementing corrective action plans when necessary. The document also includes calculations for operational and supply response performance incentives, outlining how fees are earned and impacted by deficiency reports, and incorporates a cost incentive mechanism to encourage efficient contract execution.
    The Quality Assurance Surveillance Plan (QASP) established by the U.S. Customs and Border Protection outlines the procedures for monitoring and assessing the performance of the Contractor providing Maritime Patrol Aircraft Maintenance and Logistical Services. The QASP ensures compliance with the performance standards detailed in the Performance Work Statement (PWS), promoting a results-oriented approach rather than a strict compliance model. It defines roles and responsibilities for government representatives, including the Contracting Officer, the Contracting Officer’s Representative, and the Designated Agency Representative. Surveillance methods encompass periodic inspections, customer feedback, and audits to evaluate contractor performance based on specified criteria. The plan emphasizes the importance of quality assurance documentation and feedback, which guides corrective actions and continuous performance improvement. Additionally, it outlines performance incentives based on Operational Performance Measures (OPM) and Supply Response Time (SRT), which are assessed quarterly. Contractor performance directly influences their incentive fees, with penalties for deficiencies addressed through formal reporting mechanisms. The overarching goal of the QASP is to ensure contractors meet predefined performance standards, thereby safeguarding project integrity and achieving operational effectiveness.
    The U.S. Customs and Border Protection (CBP) Subcontracting Plan Outline provides guidelines for contractors to meet subcontracting goals with various small business concerns, including small, small disadvantaged, women-owned, HUBZone, veteran-owned, and service-disabled veteran-owned businesses. For FY25, CBP has an overall small business subcontracting goal of 47%, with specific percentages for other categories. Contractors proposing higher cumulative subcontracting dollars and demonstrating a strong historical record in achieving goals gain a competitive advantage. Failure to comply with the plan can result in liquidated damages. The plan details required elements, such as establishing separate percentage goals, describing subcontracted services, outlining methods for goal development and source identification, and ensuring timely reporting and payments to subcontractors. The outline also specifies the roles of the Small Business Specialist, SBA Procurement Center Representative, and Contracting Officer in the review and approval process.
    The U.S. Customs and Border Protection (CBP) has established a Subcontracting Plan Outline to promote small business participation in federal contract opportunities in alignment with Federal Acquisition Regulation (FAR) guidelines. For fiscal year 2025, CBP has set an overall small business subcontracting goal of 47%, including specific targets for small disadvantaged businesses (SDB), woman-owned small businesses (WOSB), HUBZone small businesses, and service-disabled veteran-owned small businesses (SDVOSB). The plan requires contractors to submit detailed goals, methods for achieving these, and assures compliance with various socio-economic criteria, including maintaining records and submitting periodic reports. Contractors must demonstrate good faith efforts to meet these goals, as non-compliance can lead to penalties. The document outlines the required components of the subcontracting plan, including the identification of potential subcontractors and the inclusion of indirect costs in goal calculations, thereby emphasizing a structured, accountability-focused approach to small business engagement in federal contracting. The signing and acceptance of the plan by key stakeholders such as the Contracting Officer and Small Business Specialist are also detailed, ensuring collaborative adherence to these objectives.
    This government file details a vendor list with associated products and their locations, likely for procurement or asset management purposes. CADWORKS, located in La Puente, CA, is a prominent vendor supplying
    This document is a list of vendors, primarily in the aerospace manufacturing and related industries. The numerous repetitions of vendor names like ACE CLEARWATER ENTERPRISES INC, AERO ENGINEERING & MFG CO, AEROSPACE FABRICATIONS OF GA, IMP Aerostructures, and Cyclone Manufacturing Inc. suggest a compilation of companies that have either bid on, been awarded, or are pre-qualified for government contracts. The file indicates a broad interest in aerospace components and services within federal, state, and local government procurement processes.
    The document details purchases made by CADWORKS, which specializes in manufacturing spot weld fixtures and hydroform blocks. All transactions listed occur in La Puente, CA, with additional items, such as fuel flow test sets and cabin pressure test sets, sourced from Green Cove Springs, FL. The listing indicates multiple instances of both spot weld fixtures and hydroform blocks, suggesting a focused procurement strategy for these manufacturing components. The overarching context implies connections to government contracting processes, such as requests for proposals (RFPs) and potentially relevant for federal or state grants, as the documented items pertain to manufacturing and testing crucial for aerospace or automotive sectors. Overall, the file serves as a record of essential equipment purchases by CADWORKS, pointing toward government-funded projects or collaborations, highlighting its operational needs in a practical application setting.
    The document presents a comprehensive list of vendors involved in the aerospace industry, primarily focused on supplying parts and services pertinent to government contracts and requests for proposals (RFPs). Among the highlighted vendors are A&M Aerospace, ACE Clearwater Enterprises Inc., Aerospace Fabrications of Georgia, and GE Aviation Systems, signifying their significance in various military and commercial aerospace projects. The frequency of vendor listings, appearing multiple times, indicates a strategic emphasis on these companies, showcasing their capabilities and potential fit for upcoming government initiatives. The document functions as an inventory of aerospace suppliers relevant to federal grants and state and local RFPs, aiming to facilitate procurement processes. This list can guide decision-makers in selecting vendors for projects requiring specialized aerospace components and manufacturing expertise, ultimately supporting the government's objectives in defense and aerospace sectors. The repetition of names underscores their established roles in meeting governmental requirements while promoting a competitive landscape among contractors in this critical industry.
    The CBPMPA-M-045 Work Instruction Document outlines emergency reclamation procedures for aircraft incidents involving water or fire extinguishing agents. Its purpose is to prevent further damage and guide personnel in immediate response. The document, superseding CBPMPA-M-045 Rev 2, details responsibilities, emergency preparations, and equipment lists, including a recommended kit for both sites. Key procedures cover the removal of contaminated equipment and components, emphasizing prompt cleaning, tagging, and processing to salvage repairable assets. It also highlights precautions for hazardous materials and coordination with accident investigation boards. The document stresses the importance of trained personnel, annual kit inventory, and shelf-life material review to ensure operational readiness and minimize corrosion damage.
    The document outlines the MPA Operations Emergency Reclamation Procedures (CBPMPA-M-045) for maintenance and logistics services following aircraft incidents involving exposure to water or fire extinguishing agents. Effective from October 31, 2024, it supersedes prior revisions and emphasizes the importance of immediate response to prevent further corrosion on aircraft components, particularly those made of magnesium or exposed to corrosive agents. It sets responsibilities for personnel, highlighting the role of the Corrosion Prevention and Control Program Coordinator to supervise reclamation teams. The document details emergency preparations, including the maintenance of a reclamation kit and procedures for cleaning and processing contaminated equipment. A specific priority removal list for salvageable parts must be followed, and thorough inspections are required to assess and treat affected aircraft components. The document also outlines protocols for decontaminating equipment and the need for coordination with maintenance control and the Customs and Border Protection (CBP) to ensure safety during operations. This procedure is critical for mitigating damage and ensuring that equipment is restored to operational status after exposure to hazardous conditions, reflecting the government's commitment to safety and efficiency in aircraft maintenance practices.
    The document outlines a comprehensive logistics support contract for the Customs and Border Protection P-3 and DHC-8 fleet, spanning a 3-month transition period, a 12-month base year option, and nine subsequent 12-month option years. The contract is structured into four parts for each period: Firm Fixed Price (FFP), Cost Plus Incentive Fee (CPIF), Cost Reimbursement (CR), and Cost Plus Fixed Fee (CPFF). While FFP, CPIF, and CPFF line items consistently show $0.00, the majority of the costs are allocated under the Cost Reimbursement section. This section details expenditures for transportation, parts, equipment, travel (PMO and all labor), IT equipment, training, and miscellaneous items. The total contract price for the transition period is $559,942.71, with the Base Year Option at $9,241,528.98. Subsequent option years range from $9,518,774.85 for Option Year 1 to $9,598,351.46 for Option Year 9. The contractor is responsible for providing all labor, material, equipment, tools, and data as total logistics support, adhering to the Performance Work Statement and contract terms.
    This document outlines a contract proposal for logistics support to the Customs and Border Protection P-3 and DHC-8 fleet, detailing various pricing structures for different contract line items (CLIN). The contract spans multiple phases, including a transition period and several option years, with the following key components: 1. **Transition Phase (3 Months)**: Costing $559,942.71 under a cost reimbursement structure, this section allocates funds for labor, materials, equipment, and travel, primarily related to personnel from two sites (Jacksonville and Houston) and logistics support costs. 2. **Base Year Option (12 Months)**: A total of $9,241,528.98 is designated for ongoing support, with provisions for transportation, parts, and labor-related travel. 3. **Option Years (1 through 9)**: Each year is intended to continue support under similar cost structures, with individual projections. For instance, Option Year 1 totals $9,518,774.85, while by Option Year 9, the estimated price escalates to $9,598,351.46, reflecting costs for logistics and operational support. The document emphasizes comprehensive support provisions including personnel, equipment, and training to effectively manage the operation and maintenance of the fleet, ensuring adherence to the Performance Work Statement and contractual conditions.
    Amendment A0002 to Solicitation 70B02C24R00000136 by DHS - Customs & Border Protection modifies the original RFP for Organizational and Intermediate level maintenance and aircraft logistics support for Maritime Patrol Aircraft (P-3 and DHC-8). The amendment provides answers to vendor questions, updates terms, and revises documents. Key changes include extending the proposal due date to May 6, 2025, updating the contract type to include Cost Plus Fixed Fee Contract Line Items, adding Federal Acquisition Regulation clause 52.227-14 Rights in Data-General, and revising several attachments in Section J. The evaluation criteria in Section M are also updated, maintaining Factor 1 (Technical) as the most important, followed by Factor 2 (Management), Factor 3 (Past Performance), Factor 4 (Cost/Price), and Factor 5 (Small Business), with Factors 1, 2, 3, and 5 combined being significantly more important than Factor 4. Proposals must be submitted electronically in two steps, with specific formatting and content requirements.
    Amendment A0003 for Solicitation 70B02C24R00000136, issued by DHS - Customs & Border Protection, modifies the original solicitation to address vendor questions and update terms and documents. Key changes include providing responses to vendor inquiries, deleting Federal Acquisition Regulation clause 52.222-46 from Section I, and updating several attachments in Section J. Specifically, Section J revisions involve replacing DUNS with UEI in J.01, removing WBS from J.02, adding DHS Policy Directive Number: 4300A as J.04, updating sections C.1.2.29 and C.1.3.14 in J.05, revising section 1.7.7 in J.06, and updating J.20 from V7.0 to V8.0. These modifications ensure clarity and compliance for the solicitation.
    The document outlines Amendment A0002 for Solicitation 70B02C24R00000136, issued by the Department of Homeland Security's Customs & Border Protection. Its primary purpose is to update the solicitation by answering vendor questions and modifying terms. Key details include the extension of the proposal due date to May 6, 2025, at 5:00 PM EDT, and amendments to maintenance and aircraft logistics support for a fleet of P-3 and DHC-8 aircraft. Proposals will be evaluated based on multiple factors, including Technical Approach, Management, Past Performance, Cost/Price, and Small Business participation, with Technical being the most critical. The document emphasizes the importance of following submission guidelines, detailing the proposal structure, formatting requirements, and evaluation criteria. Significant updates in various sections clarify compliance with federal regulations and contractor responsibilities, including a strong focus on quality management and organizational structure. Overall, this amendment aims to provide clarity and ensure a competitive procurement process for contract engagement.
    The document is an amendment of solicitation number 70B02C24R00000136 issued by the Department of Homeland Security (DHS) - Customs & Border Protection. The amendment updates the solicitation, primarily in response to vendor questions, and includes administrative changes and clarifications. Key updates involve the deletion of the Federal Acquisition Regulation clause regarding the evaluation of compensation for professional employees and revisions to various sections of the solicitation, such as the Executive Summary Tables and the Performance Work Statement, which were modified to accommodate vendor inquiries. Additionally, several attachments have been clarified or added to the documentation. The amendment emphasizes the importance of vendors acknowledging receipt of these changes and specifies that failure to do so may result in rejection of their offers. Overall, this document underscores DHS's commitment to transparency and adaptability in the procurement process while addressing vendor needs effectively.
    The document outlines the amendment process for solicitation 70B02C24R00000136 issued by the DHS - Customs & Border Protection. It details how offers must acknowledge receipt of the amendment prior to the specified deadline through various methods such as completing return items or via electronic communication. The amendment adds Schedule B to the solicitation and includes additional clauses mandated by statute, specifically FAR 52.222-35, FAR 52.222-36, and FAR 52.222-37, while stating that all other RFP terms remain unchanged. The document serves to ensure compliance from potential contractors regarding modifications and acknowledgment of the amendment, reinforcing procedural adherence in federal contracting processes.
    The Department of Homeland Security, US Customs and Border Protection (CBP), is issuing Request for Proposal (RFP) number 70B02C24R00000136 for Maritime Patrol Aircraft services. This hybrid contract includes Firm Fixed Price (FFP), Cost Plus Incentive Fee (CPIF), and Cost Reimbursement – No Fee Contract Line Items (CLINs). The contractor will provide Organizational (O) and Intermediate (I) level maintenance and logistics support for a fleet of 8 P-3 and 8 DHC-8 aircraft. The solicitation outlines a two-step advisory process: a technical proposal followed by a cost/price proposal. Evaluation factors, in descending order of importance, are Technical, Management, Past Performance, and Cost/Price. The contract's period of performance includes a 90-day phase-in, a 12-month base year, nine one-year options, and a 90-day phase-out. Offerors must adhere to strict security procedures, including personnel suitability requirements and managing sensitive and classified information.
    The Department of Homeland Security's U.S. Customs and Border Protection (CBP) is issuing a Request for Proposal (RFP) to acquire maintenance and logistics support services for a Maritime Patrol Aircraft fleet, comprising 8 P-3 and 8 DHC-8 aircraft. The contractor will perform organizational and intermediate maintenance across various aircraft systems, supported by a performance work statement that details service requirements. The RFP follows a Two-Step Advisory Process, namely a technical proposal followed by a cost/price proposal. Evaluation criteria prioritize technical quality, management, past performance, and cost/price, with technical factors being the most weighted. While funding is currently unavailable for contract awards, a contract may proceed if funding becomes accessible within the specified time frame. The period of performance includes a 90-day phase-in, a 12-month base year, and nine additional one-year options. Offerors can submit questions by March 14, 2025. The solicitation outlines compliance needs, such as contractor employee background checks and specific invoicing protocols via the Invoice Processing Platform (IPP). These measures reflect the government's emphasis on accountability, security, and transparency in the procurement process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Aircraft Maintenance Services for the MH-65
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide aircraft maintenance services for the MH-65 fleet at the Aviation Logistics Center (ALC) in Elizabeth City, NC. The procurement involves planned depot maintenance every 48 months, including disassembly, cleaning, repair, repainting, and reassembly of the aircraft, with specific staffing requirements for various Aircraft Mechanic roles and Helpers. This contract is critical for ensuring the operational readiness of the USCG's aircraft and will be awarded as an Indefinite Delivery Requirements type contract with a one-year base period and up to four option years. Interested parties must submit proposals by December 4, 2025, at 3:00 PM EST, and can direct inquiries to Destiny Ornelas at destiny.a.ornelas2@uscg.mil.
    Level III Small Unmanned Aircraft Systems
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is conducting market research through a Request for Information (RFI) for Level III Small Unmanned Aircraft Systems (sUAS) to enhance the U.S. Border Patrol's (USBP) operational capabilities. The RFI seeks to identify vendors capable of providing sUAS that meet specific technical requirements, including FAA compliance, autonomy, AI integration, and interoperability with existing systems, while focusing on Group 1 and/or 2 weight classes (≤ 20 – 55 lbs.). This initiative is crucial for improving tactical field operations and ensuring effective border security measures. Interested vendors must submit their responses, including a white paper detailing their capabilities, by December 12, 2025, and can direct inquiries to USBP PMOD SUAS at USBPPMODSUAS@cbp.dhs.gov or Nicole Hubby at nicole.hubby@cbp.dhs.gov.
    MQ-9 Unmanned Aircraft Systems
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is planning to issue a Sole Source Contract Modification to General Atomics Aeronautical Systems, Inc. for the procurement of up to eleven MQ-9 Unmanned Aircraft Systems. This contract modification aims to increase the contract ceiling and extend the performance period by an additional 12 months, from October 1, 2026, to September 30, 2027, to support anticipated aircraft deliveries and ongoing operational and maintenance services for the existing UAS fleet. The MQ-9 systems are critical for enhancing the DHS's mission capabilities in border security and surveillance operations. Interested parties are encouraged to express their interest and capabilities in writing to Brenda Mealer at brenda.mealer@cbp.dhs.gov prior to the closing date of this notice, as this is not a request for proposals or bids.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of propeller assemblies, spare parts, and components. This opportunity involves a sole source contract with Hamilton Sundstrand DBA Collins Aerospace, Inc., aimed at fulfilling ongoing requirements for various aircraft components over a one-year base period with four additional option years. The goods are critical for maintaining operational readiness and safety in aviation logistics, underscoring their importance to the Coast Guard's mission. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and direct all inquiries to Dmitri E. Mercer via email, ensuring to reference solicitation number 70Z03826QL0000013 in the subject line.
    Procurement of Various Spare Parts
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center (ALC), is seeking proposals for the procurement of various spare parts necessary for the maintenance, repair, and overhaul of the MH-65 aircraft. This procurement will be conducted on a sole-source basis from Airbus Helicopters, Inc., the only authorized distributor for the original equipment manufacturer, Airbus Helicopters, France, due to the proprietary nature of the parts and the critical need for maintaining aircraft safety and airworthiness. The contract is structured as an Indefinite Delivery Requirements type, with an estimated total value of $33,975,488, covering a one-year base period and four one-year option periods, funded by Fiscal Year Operations and Support funds from 2026 to 2030. Proposals must be submitted via email to Elaina M. Price by January 15, 2026, at 3:15 PM EST, with the solicitation number 70Z03826RB0000005 indicated in the subject line.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals for a Time Charter Lease to provide transportation and logistics support services essential for enhancing USCG operations. The objective of this procurement is to facilitate effective execution of USCG missions by supplying at-sea replenishment and related support, with the contractor responsible for operating and maintaining the vessel under USCG oversight. This opportunity is critical for ensuring operational readiness in the Caribbean Basin and Gulf of America, with a contract period consisting of a 6-month base and a 6-month option. Interested parties should direct inquiries to Justin Geisendaffer or Sara Andrukonis via email, and proposals are due by January 8, 2026, with a total estimated contract value of $3.6 million for both periods.
    Recreational Boat Testing Program and Database Service Support
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified sources to provide technical and management services for its Recreational Boat Testing and Compliance Program (RBTCP). The contractor will be responsible for operating and maintaining the Recreational Boating Safety Database (RBSDB), conducting inspections and testing for compliance with federal safety requirements for recreational boats and marine equipment, and managing various outreach initiatives. This program is crucial for ensuring the safety of recreational boating and involves a significant number of inspections and testing activities annually. Interested parties should note that responses to the sources sought notice are due by December 22, 2025, and the anticipated contract will be a Firm Fixed Price agreement with a base period of 12 months and four option periods, starting in June 2026. For further inquiries, potential bidders can contact Jesse L. Womack at Jesse.L.Womack@uscg.mil or William Hillyer at William.k.Hillyer@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.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range and a 30-day endurance at sea. This procurement is crucial for ensuring effective maritime operations and support for USCG missions, with a total funding ceiling of $99 million over a five-year period. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Justin Geisendaffer or Sara Andrukonis via their provided email addresses.
    DRYDOCK: USCGC COBIA DRY DOCK AVAILABILITY FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC COBIA (WPB-87331) during fiscal year 2026. The procurement involves comprehensive dry dock repairs, including structural analysis, hull preservation, tank cleaning, and maintenance of propulsion and various electrical and mechanical systems. This opportunity is crucial for maintaining the operational readiness of the vessel, which is homeported in Panama City, Florida, although contractors are not geographically restricted. Interested parties must submit their capability information, including business size and past performance details, by November 2, 2026, to the primary contacts, Kurt Hoyer and Jaime R. Smith, as this is a sources sought notice and not a solicitation.