ContractCombined Synopsis/Solicitation8a Competed

Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV

DEPARTMENT OF HOMELAND SECURITY 70B01C25R00000038_
Response Deadline
Mar 13, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
8a Competed
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, through the U.S. Customs and Border Protection, is seeking contractors to provide maintenance, repair, and improvement services for Tactical Infrastructure (TI) assets in the Rio Grande Valley, Laredo, and Del Rio/Big Bend South Sectors in Texas. The scope of work includes maintenance for roads, bridges, fences, gates, vegetation control, debris removal, border lighting, drainage systems, and other TI attributes, with a focus on supporting border security operations. This contract is critical for ensuring the functionality and safety of infrastructure essential for border management, with a total projected value of approximately $35.8 million over the contract period. Interested vendors who attended the mandatory site visits must submit their proposals by March 13, 2026, and can direct inquiries to Muhanad Sasa at muhanad.d.sasa@cbp.dhs.gov or Donna McMullen at donna.r.mcmullen@cbp.dhs.gov.

Classification Codes

NAICS Code
237990
Other Heavy and Civil Engineering Construction
PSC Code
Z1LB
MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS

Solicitation Documents

13 Files
70B01C25R00000038_ 3-11-26.pdf
PDF668 KBMar 12, 2026
AI Summary
This government Request for Proposal (RFP) outlines requirements for construction, alteration, or repair work, specifically focusing on maintenance services for RGV, LRT, and DRT facilities for DHS Customs & Border Protection. The document details administrative information, submission instructions for offers, and the necessary bonds. It incorporates a comprehensive list of federal acquisition regulations (FAR) and Department of Homeland Security Acquisition Regulation (HSAR) clauses covering various aspects such as definitions, ethical conduct, data management, labor standards (including minimum wages, work hours, safety, and subcontracting limitations), intellectual property, insurance, payment terms, dispute resolution, and security procedures. Key attachments include statements of work and unit price bid sheets. The contract differentiates between firm fixed-price scheduled maintenance and fixed unit-priced unscheduled maintenance, with a requirement for contractors to notify CBP upon reaching 75% of the Not-To-Exceed (NTE) limit for unscheduled work. The RFP emphasizes compliance with all terms and conditions, outlining responsibilities for both the government and the contractor.
70B01C25R00000038_A0002 SF30.pdf
PDF64 KBMar 12, 2026
AI Summary
Amendment A0002 modifies solicitation number 70B01C25R00000038, issued by DHS - Customs & Border Protection, Information Technology Contracting Division. This amendment clarifies the method of delivery for the Phase 1 PPT presentation. The presentation is due by 12 PM EST on March 13, 2026, and must be submitted electronically via email to Muhanad Sasa (muhanad.d.sasa@cbp.dhs.gov) and Donna McMullen (donna.r.mcmullen@cbp.dhs.gov). All other terms and conditions of the original solicitation remain unchanged. Contractors are required to acknowledge receipt of this amendment.
70B01C25R00000038_A0001 SF30.pdf
PDF104 KBMar 12, 2026
AI Summary
This government file outlines procedures for acknowledging and processing amendments to offers, specifically focusing on modifications made prior to the opening hour and date. Offerors desiring to change a previously submitted offer must do so via letter or electronic communication, referencing the solicitation and amendment numbers. If an offer is changed, a new offer must be submitted. This document also specifies guidelines for handling changes to offers made by mail or electronically, emphasizing timely receipt before the opening date. The file includes contact information for a contracting officer and details about submission requirements, underscoring the importance of adherence to stipulated deadlines and communication protocols for all offer modifications.
Attachment 1 SOW RGV.LRT.DRT BBT S TI Maint v3 FY26.pdf
PDF1180 KBMar 12, 2026
AI Summary
This U.S. Customs and Border Protection (CBP) Statement of Work outlines requirements for contractor services to maintain and repair Tactical Infrastructure (TI) assets in the Rio Grande Valley, Laredo, and Del Rio/Big Bend South Sectors in Texas. The services encompass scheduled and unscheduled maintenance for roads, bridges, fences, gates, vegetation control, debris removal, border lighting, electrical systems, drainage, grates, tunnel remediation, shelters, and generators. The contract includes a 12-month base period and four 12-month option periods. Contractors must provide all labor, materials, and equipment, adhering to strict safety, quality control, and environmental regulations. Key personnel, background checks, and adherence to specific reporting via the ILSS Maximo system are mandatory. The document details deliverables, personnel qualifications, and transition requirements, emphasizing the need for immediate response to urgent unscheduled maintenance to support border security.
Attachment 2- Wage Determination.txt
Text46 KBMar 12, 2026
AI Summary
This government file, Wage Determination No. 2015-5245, issued by the U.S. Department of Labor, outlines the prevailing wage rates and fringe benefits for various service occupations in Hidalgo County, Texas. It covers administrative, automotive, food service, health, information technology, and other fields, detailing hourly rates. The document also includes critical information regarding compliance with Executive Orders 13706 and 13658, which mandate paid sick leave and a minimum wage for federal contractors. Additionally, it specifies benefits such as health and welfare, vacation, and eleven paid holidays. Special provisions are outlined for computer employees, air traffic controllers, and weather observers, including night and Sunday pay differentials. Hazardous pay, uniform allowances, and procedures for conforming unlisted occupations via Standard Form 1444 are also detailed, ensuring fair compensation and adherence to federal regulations for service contracts.
Attachment 3 Contractor Notional Work Plan RGV.LRT.DRT BBT S FY26 v1.xlsx
Excel57 KBMar 12, 2026
AI Summary
This government file outlines a notional work plan comprising four distinct tasks related to vegetation control and road maintenance across various locations in Texas. Task 1,
Attachment 4 RGV Contractor Unit Pricing Bid Sheet 8hr_10hr days Template v2_02.23.2026.xlsx
Excel68 KBMar 12, 2026
AI Summary
The Unit Bid Sheet outlines pricing for unscheduled maintenance actions for a federal government contract, encompassing equipment, materials, and labor. Contractors must complete all highlighted yellow cells and identify escalation percentages for options in specific cells. The unit pricing specified will be utilized for unscheduled maintenance actions performed by the prime contractor, but not for subcontractors. The document lists numerous types of equipment (e.g., mowers, trailers, excavators, dump trucks) and an extensive array of materials, categorized under barriers, drainage, electrical, erosion control, fencing, hardware, marking, and general materials. Labor rates are detailed for routine, urgent, and after-hour repairs across various trades including laborers, operators, electricians, and welders, for different CLINs (Contract Line Item Numbers) such as Fences and Gates, Roads and Bridges, Drainage and Grates, Lighting and Electrical, Vegetation Control and Debris Removal, and Pest Control and Dead Animal Carcass Removal.
Attachment 5 LRT Contractor Unit Pricing Bid Sheet 10hr days Template v2.xlsx
Excel67 KBMar 12, 2026
AI Summary
The Unit Bid Sheet outlines pricing for unscheduled maintenance actions for a federal government contract, encompassing various equipment, materials, and labor categories. The document details escalation percentages for Mob-DeMob/Materials/Equipment and Labor. It provides extensive itemized lists for equipment (e.g., storage containers, backhoes, dump trucks), materials (e.g., barriers, drainage culverts, electrical components, fencing, concrete, plumbing, vegetation control items), and labor (routine and urgent repairs for fences, roads, drainage, lighting, and vegetation control, including after-hour rates). Specific crew compositions for different work categories are also included, along with provisions for additional crew members and overtime rates. The pricing in this sheet is exclusively for contractor-performed unscheduled maintenance and does not apply to subcontractors.
Attachment 6 DRT.BBT.S Contractor Unit Pricing Bid Sheet 10hr days Template v2.xlsx
Excel102 KBMar 12, 2026
AI Summary
The Unit Bid Sheet outlines unit pricing for equipment, materials, and services for unscheduled maintenance actions, excluding subcontractor pricing. It details various equipment for mobilization/demobilization, including storage containers, trailers, and heavy machinery, with options for escalation percentages on Mob-Demob, materials, equipment, and labor. The materials section covers items across categories such as barriers, drainage, electrical components, erosion control, fencing, concrete forms, hardware, marking supplies, general materials (aggregates, concrete, paint), plumbing, and vegetation control. This comprehensive list ensures that contractors can account for all potential costs associated with federal government RFPs, federal grants, and state, and local RFPs, establishing a firm fixed price for each work order.
Attachment 7 RGV Contractor PMO Scheduled Work Bid Form v5 FY26.xlsx
Excel45 KBMar 12, 2026
AI Summary
The PMO Scheduled Work Bid Form outlines requirements for a maintenance contract spanning a base period and four option periods, with an additional extension. The contract involves scheduled maintenance (FFP) for vehicle gates and grates, PMO costs, and unscheduled maintenance, including specialized 'Carrizo Cane' work. Offerors must complete highlighted cells for each period, propose a PMO cost, and provide a coefficient percentage for unscheduled maintenance. The total evaluated price will automatically calculate based on these inputs. The document details routine tasks for vehicle gate and grate maintenance, emphasizing operational checks, cleaning, lubrication, documentation, and vegetation control. The total contract value across all periods, including unscheduled maintenance, is projected to be $35,787,031.96.
Attachment 8 LRT Contractor PMO Scheduled Work Bid Form v6 FY26.xlsx
Excel61 KBMar 12, 2026
AI Summary
The PMO Scheduled Work Bid Form outlines the requirements for a maintenance contract spanning a base period and four option periods (July 2025 - January 2031). The contract is divided into Scheduled Maintenance (Fixed-Firm Price - FFP), PMO (FFP), Unscheduled Maintenance, and Unscheduled Specialized Maintenance ("CARRIZO CANE"). Offerors must complete specific yellow-highlighted cells for each period, propose a PMO cost, and a coefficient percentage for unscheduled maintenance. The total contract value, based on provided unscheduled maintenance figures, is approximately $50.7 million. Scheduled maintenance tasks involve quarterly inspections and lubrication of various fences and gates (LCC Fence/Riverbend Road, AWR North/South Vehicle Swing Pipe Gates, LRT Post and Cable Inspections) and monthly inspections and cleaning of 30 LRT Grates. All work requires COR approval for additional materials or work, and specific QC notes for grate inspections emphasize photographic documentation.
Attachment 9 DRT BBT S Contractor PMO Scheduled Work Bid Form v5 FY26.xlsx
Excel47 KBMar 12, 2026
AI Summary
This document is a bid form for PMO Scheduled Work, outlining requirements for offerors to propose costs for scheduled and unscheduled maintenance. The offeror must complete yellow-highlighted cells for the Base Period and four Option Periods, propose PMO costs in Row 3, and a coefficient percentage for unscheduled maintenance in Row 7 of the Summary sheet. The total evaluated price will automatically update. The contract includes provisions for scheduled maintenance (FFP) and unscheduled maintenance, with specific details for
Attachment 10 RGV Gate ins-shelter spec- TI design.pdf
PDF8698 KBMar 12, 2026
AI Summary
The U.S. Customs and Border Protection (CBP) Border Patrol Program Management Office Directorate (PMOD) has issued "Shelter Guidance" and "Tactical Infrastructure Design Standards" (Version V.6, April 2025) for border infrastructure projects in areas like the Rio Grande Valley, McAllen, Laredo, and Del Rio, TX. The Shelter Guidance outlines requirements for pre-manufactured shelters, including company experience, expertise, equipment plans, shelter specifications (e.g., intruder resistance, specific dimensions, A/C, electrical, server racks, security features, workstation), and installation plans. The Tactical Infrastructure Design Standards document provides comprehensive criteria for the design and repair of roads (FC-1, FC-2, FC-3, FC-5 types, pavement design, cross sections, geometric standards, sight distances, vertical alignment), walls, gates, and other attributes like lighting, fiber optics, video security, power distribution, and enforcement zones. Both documents emphasize compliance with federal, state, and local codes, site-specific conditions, and the need for government approval for various submittals and final placements.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 11, 2026
amendedAmendment #1· Description UpdatedMar 12, 2026
amendedLatest Amendment· Description UpdatedMar 12, 2026
deadlineResponse DeadlineMar 13, 2026
expiryArchive DateMar 28, 2026

Agency Information

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

Point of Contact

Name
Muhanad Sasa

Place of Performance

McAllen, Texas, UNITED STATES

Official Sources