Design-Build Construction at CBP
ID: SirloinType: Sources Sought
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

CONSTRUCTION OF OTHER INDUSTRIAL BUILDINGS (Y1EZ)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking qualified design-build construction contractors through a Request for Information (RFI) for a potential multiple award indefinite delivery/indefinite quantity (IDIQ) contract. This initiative, funded by the One Big Beautiful Bill Act of 2025, aims to modernize, renovate, and construct various facilities, including Border Patrol Stations and Checkpoints, with an anticipated budget of up to $3.6 billion for 30-40 capital construction projects primarily located at the southwest border between fiscal year 2026 and January 2029. The RFI seeks industry input on best practices and innovative approaches for projects of varying scales, and contractors are encouraged to provide their technical capabilities, prior federal contract experience, and feedback on the draft requirements document. Responses to the RFI are due by 1500 Washington DC time on November 5, 2025, and should be submitted via email to the Contract Specialist, Marty Hollander, at SAMUEL.M.HOLLANDER@cbp.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the requirements for Design-Build Construction services for Customs and Border Protection (CBP), Office of Facilities and Asset Management (OFAM), funded by the 2025 One Big Beautiful Bill Act (OB3A). The contract, spanning a base year and four option years, aims to procure design, construction, and professional construction management services for various projects, including new facilities, renovations, infrastructure improvements, and maintenance. Key aspects include adherence to federal, state, and local regulations, a focus on sustainability and environmental compliance, and the provision of highly skilled contractor personnel such as Contract Managers, Project Managers, Project Superintendents, and various Quality and Safety Managers. The document details comprehensive design phases (Concept, Design Development, Pre-Final, and Final Construction Documents), a mandatory Value Engineering Study, and stringent security requirements including Tier 2 background investigations for all personnel. Deliverables, milestones, and reporting procedures are clearly defined to ensure project alignment, transparency, and timely completion, with all designs and related documents becoming the sole property of the Government.
    The U.S. Customs and Border Protection (CBP) is conducting market research through a Request for Information (RFI) to identify qualified design-build construction contractors for a potential multiple award indefinite delivery/indefinite quantity (IDIQ) contract. This initiative, authorized by the One Big Beautiful Bill Act of 2025, aims to modernize, renovate, and construct Border Patrol Stations, Checkpoints, Headquarters, and Air and Marine Operations facilities. CBP anticipates spending up to $3.6 billion on 30-40 capital construction projects, primarily at the southwest border, between fiscal year 2026 and January 2029. The RFI seeks industry input on best practices, innovative approaches, and potential challenges for small ($1-50M), medium ($51-100M), and large ($101M+) scale projects. Contractors are asked to provide business and contact information, technical capabilities for projects exceeding $150 million, prior federal contract experience, and feedback on a draft requirements document, including innovative solutions for project management.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Buyer not available
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the Tactical Infrastructure (TI) Maintenance project in the Rio Grande Valley, specifically in the Laredo and Del Rio/Big Bend South Border Patrol Sectors. The procurement aims to acquire contractor services for maintenance, repair, and improvement of TI assets, including roads, bridges, fences, vegetation control, and drainage systems along the U.S./Mexico border. This initiative is crucial for ensuring the operational integrity and safety of border infrastructure. A formal Request for Proposal (RFP) is anticipated to be issued in early 2026, with a mandatory site visit scheduled for April 15-17, 2025, for interested 8(a) contractors. Interested parties must RSVP by April 7, 2025, and direct inquiries to Allison Baker at allison.e.baker@cbp.dhs.gov or Donna McMullen at donna.r.mcmullen@cbp.dhs.gov.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    Soft-Sided Facilities and Wrap-around Services
    Buyer not available
    The Department of Homeland Security, specifically the Customs and Border Protection (CBP), is seeking to modify an existing Blanket Purchase Agreement (BPA) for the provision of soft-sided facilities and wrap-around services. The procurement aims to expand existing facilities by providing comprehensive services, including intake processing, meal services, janitorial services, security, and necessary infrastructure support such as plumbing and video surveillance systems. These services are critical for the effective operation of administrative facilities that support CBP's mission. Interested parties can reach out to Jacob Burns at JACOB.J.BURNS@CBP.DHS.GOV for further details regarding this opportunity.
    U.S. Customs and Border Protection Less Lethal Specialty Impact/Chemical Munitions (LLSI CM) Request for Information
    Buyer not available
    The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is conducting a Request for Information (RFI) to explore market capabilities for providing less lethal specialty impact and chemical munitions, specifically distraction devices and munitions that can be hand-delivered or launched from 40mm launchers. This procurement aims to equip CBP and other federal agencies with necessary training and operational tools while achieving cost efficiencies, with a planned 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The munitions sought include various types such as smoke, CS, and OC canisters, rubber ball grenades, and specialized training kits, all of which must comply with CBP's Use of Force Policy. Interested vendors should submit their responses via email to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov by 2:00 p.m. EST on October 24, 2025, as this RFI is for information and planning purposes only and does not constitute a commitment to contract.
    Soft-Sided Facilities and Wrap-around Services El Paso
    Buyer not available
    The U.S. Department of Homeland Security, specifically the United States Customs and Border Protection (CBP), is seeking to modify Task Order number 70B01C23F00000067 to establish a new 2500-person soft-sided facility in El Paso, Texas, along with wrap-around services. This procurement is being conducted under a Limited-Sources Justification in accordance with FAR 8.405-6(a), indicating a focused need for these specific services and facilities to support operational requirements. The establishment of such facilities is critical for managing and accommodating personnel and resources effectively in response to border security needs. Interested parties can reach out to Jacob Burns at JACOB.J.BURNS@CBP.DHS.GOV for further information regarding this opportunity.
    Provide Gravel Parking Area
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at their facility located at 2611 Vo Tech Drive, Weslaco, Texas. The project, titled "Operation River Wall," involves the design and construction of a 60,000 square-foot gravel pad, which includes site preparation, grading for drainage, and the installation of geotextile fabric, among other requirements. This procurement is a total small business set-aside, with an estimated project value between $25,000 and $100,000, and proposals are due by 3:00 PM local time on December 17, 2025. Interested contractors must be registered at SAM.gov and can arrange non-mandatory site visits by contacting Shawn Jenkins or Angela Barker via email.
    Trash Disposal Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking market information for Trash Disposal Services to be provided at a minimum of 20 locations within the San Diego Sector. The procurement aims to identify industry capabilities for a service contract that encompasses management, supervision, labor, transportation, supplies, and equipment necessary for effective trash disposal, while ensuring compliance with EPA and local regulations. This Request for Information (RFI) is crucial for informing CBP's acquisition strategy and performance specifications, as the contractor will be responsible for all aspects of trash removal, including adherence to a quality control plan and safety standards. Interested parties should submit their responses via email to Contract Specialist Starla VanWinkle by December 17, 2025, at 2:00 p.m. ET, as this RFI is for planning purposes only and does not guarantee a contract award.
    Motor Vehicle Operationalize RFI
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking information through a Request for Information (RFI) regarding motor vehicle operationalization (upfitting) services for law enforcement vehicles. The objective is to gather insights from industry experts on commercially available upfit options that align with CBP's specialized law enforcement operations, which include the integration of essential equipment such as lights, sirens, communication systems, and weapon storage. This initiative is crucial for enhancing the acquisition strategy and improving the efficiency and safety of law enforcement vehicle transformations. Interested vendors are invited to submit their responses by December 12, 2025, at 5:00 PM EDT, and can direct inquiries to Antwanette R. Boone-Murphy or Lloyd A. Burton via the provided contact information.
    Level III Small Unmanned Aircraft Systems
    Buyer not available
    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.
    Yuma Soft Sided Facility (SSF) 500 Capacity Increase Modification - 70B01C22F00000711
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking to modify Task Order 70B01C22F00000711 to increase the capacity of the Yuma Soft Sided Facility (SSF) to accommodate a surge in non-citizens at the Southwest Border. This modification aims to provide expanded detention and processing space in response to the anticipated influx of non-citizens due to the potential end of Title 42. The additional facility capacity is critical for managing the operational demands associated with border processing and detention. Interested parties can reach out to Kevin Sarff, the Contract Specialist, at Kevin.P.Sarff@cbp.dhs.gov for further details regarding this opportunity.