Request for Information - C4I Systems Maintenance Support and Enhanced Services
ID: CBP-RFI-08142025-001Type: Sources Sought
Overview

Buyer

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

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - PLATFORM PRODUCTS: DATABASE, MAINFRAME, MIDDLEWARE (HW, PERPETUAL LICENSE SOFTWARE) (7H20)

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 information from qualified vendors for the maintenance support and enhanced services of Command, Control, Communications, Computers, and Intelligence (C4I) systems utilized by its Air and Marine Operations (AMO). The primary objective is to ensure the continuous functionality and security compliance of the Air and Marine Operations Surveillance System (AMOSS) and Intelligence Surveillance and Reconnaissance (ISR) Systems, which are critical for national security operations. This Request for Information (RFI) is part of market research to identify potential contractors capable of providing comprehensive technical support, project management, telecommunications, and engineering services, with responses due by September 3, 2025. Interested parties should direct inquiries to Bartek Chwalek at bartek.m.chwalek@cbp.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the requirements for C4I Systems Maintenance, Support, and Enhancement Services for U.S. Customs and Border Protection's Air and Marine Operations Center (AMOC). The primary objective is to ensure 24/7 functionality of the Air and Marine Operations Surveillance System (AMOSS) and Intelligence Surveillance and Reconnaissance (ISR) Systems, including their expansion, enhancement, and security compliance. The contractor will provide comprehensive support, including project management, telecommunications, hardware and software maintenance (first and second-tier), technical documentation, logistical support, configuration management, and engineering and integration services. Key personnel with specific experience are required, and the contractor must adhere to strict security protocols, reporting requirements, and performance standards for system availability and response times. The SOW also details requirements for travel, training, quality assurance, and transition support.
    The U.S. Customs and Border Protection (CBP) Air and Marine Operations Center (AMOC) is seeking C4I Systems Maintenance, Support, and Enhancement Services. This Statement of Work (SOW) outlines the need for comprehensive support of their critical Command and Control, Communications, Computers, and Intelligence (C4I) systems, specifically the Air and Marine Operations Surveillance System (AMOSS) and Intelligence Surveillance and Reconnaissance (ISR) Systems. The scope includes 24/7 operational support, telecommunications maintenance, technology enhancements such as AI-driven threat modeling, capability expansion through sensor integration, and infrastructure improvements. The contractor will be responsible for project management, staffing with key personnel like a Project Manager and Sr. Systems Engineer, telecommunications support, hardware and software maintenance (including Oracle database), technical documentation, logistical support, configuration management, and expansion/reconfiguration efforts. The SOW also details security requirements, deliverables, and administrative aspects, emphasizing adherence to government regulations and continuous system improvement.
    This document, part of an RFI Q&A for CBP-RFI-08142025-001, addresses several questions related to a potential procurement. Key points include that the procurement strategy for competitive 8(a) or sole-source under FAR 19.8 is still undecided, pending market research. There are no additional legacy systems requiring integration. The anticipated award timeline will be provided in the RFP, should CBP proceed. Finally, the document clarifies that the AMOC system operates a mix of Red Hat Enterprise Linux 8 and 9, along with limited deployments of Ubuntu 22.04 and 24.04, addressing a question about the specific Linux flavors used.
    Lifecycle
    Similar Opportunities
    L3HARRIS Proprietary Systems/Equipment onboard C4ISR Assets
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking to procure sustainment support services for L3HARRIS proprietary systems and equipment utilized onboard Command, Control, Communications, Computers, Intelligence Surveillance & Reconnaissance (C4ISR) assets. This contract, awarded on a sole-source basis to L3HARRIS Corporation, encompasses maintenance, engineering tasks, and training activities necessary to ensure maximum system availability over a five-year ordering period. The services are critical for maintaining the operational readiness and effectiveness of the USCG's C4ISR capabilities. For further inquiries, interested parties may contact Toy Benyetta Jefferson at Benyetta.Jefferson@uscg.mil or Marc Massey at marc.a.massey@uscg.mil.
    Market Research for Maritime Domain Dominance Technologies/Services for Maritime Applications
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking market research on technologies and services that can support Maritime Domain Dominance (MDD) Operational Concepts through a Request for Information (RFI). The objective is to identify available and technically ready solutions that can create a unified, real-time MDD capability, enhancing the Coast Guard's ability to detect, identify, and respond to threats along U.S. borders and maritime approaches. This initiative is crucial for improving national security by establishing a "detect-to-act" pipeline that integrates various assets and sensors, thereby enabling faster and more accurate threat detection and response. Interested parties are encouraged to submit detailed technical information by January 2, 2026, to Kiemisha Sweetney at Kiemisha.Sweetney@uscg.mil.
    Repairs/Overhauls of Signal Proc's, Receiver/Transmitters, and Antenna's for use on the HC-144 Aircraft.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking sources for the repair and overhaul of signal processors, receiver/transmitters, and antennas used on the HC-144 aircraft. This opportunity aims to identify commercially available vendors capable of providing these services in accordance with Original Equipment Manufacturer (OEM) specifications, as the HC-144 aircraft operates in challenging environments that accelerate wear and corrosion. Interested vendors must respond with detailed company information, product specifications, and relevant certifications by December 16, 2025, at 4:00 PM EST, and should direct their responses to Logan J. Brown via email at Logan.J.Brown3@uscg.mil.
    Repair Various Radar Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking information from qualified firms regarding the repair of various radar components. The procurement focuses on the repair capabilities for specific radar items, including a Radar Array, Radar Receiver, and Radar Controller, which must be performed by the Original Equipment Manufacturer (OEM) or an OEM authorized repair facility. This sources sought notice is part of the Coast Guard's market research to identify potential sources and does not constitute a solicitation for proposals or quotes. Interested parties must respond by December 16, 2025, at 2:00 PM EST, providing relevant company information and documentation of OEM authorization to Adam Finnell at Adam.A.Finnell2@uscg.mil and MRR-PROCUREMENT@uscg.mil, referencing notice number 70Z03826IJ0000009 in the subject line.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.
    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.
    Weapons Management System (WMS) New Buys
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight Weapons Management Systems (WMS) under solicitation number 70Z03825QJ0000134. The requirement emphasizes the need for new, traceable parts from Original Equipment Manufacturers (OEMs), specifically Hamilton Sundstrand or Sikorsky Aircraft Corporation, ensuring compliance with quality standards for installation on U.S. Coast Guard aircraft. This procurement is critical for maintaining operational readiness and safety in aviation logistics, with a closing date for offers set for December 19, 2025, at 2:00 PM EST. Interested vendors should direct their quotations to Amy Whitehurst via email, ensuring to reference the solicitation number in the subject line.
    MQ-9 Unmanned Aircraft Systems
    Buyer not available
    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.
    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.
    Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation, identified as RFP No. 70RDA226R00000001. This procurement aims to establish a Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a maximum ceiling of $1.5 billion, to provide C-UAS capabilities that address the evolving threats posed by unauthorized unmanned aircraft systems. The contract is divided into two tracks: Track 1 focuses on Hardware/Software and Ancillary Services, while Track 2 encompasses Comprehensive Services, including turnkey solutions and system integration. Interested parties must submit their proposals by December 8, 2025, and can direct inquiries to Leslie Kenser at Leslie.Kenser@hq.dhs.gov or Bjorn Miller at bjorn.miller@hq.dhs.gov for further information.