Vehicle Disposal Services for US Customs and Border Protection
ID: 70B01C25R00000045Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Wholesale Trade Agents and Brokers (425120)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking proposals for Vehicle Disposal Services under solicitation number 70B01C25R00000045. The contract requires comprehensive services for the disposal of approximately 7,200 to 7,500 vehicles annually, including transportation, preparation, auctioning, and reporting, with operations covering the continental U.S., Hawaii, Alaska, Puerto Rico, Guam, and the U.S. Virgin Islands. This procurement is crucial for managing the disposal of government vehicles efficiently and securely, ensuring compliance with federal regulations and maximizing proceeds from sales. Interested vendors must submit their proposals by October 29, 2025, at 12:00 PM EST, and can direct inquiries to Charlene M. Bunting at Charlene.M.Bunting@cbp.dhs.gov or Rick A. Travis at rick.a.travis@cbp.dhs.gov.

    Files
    Title
    Posted
    This U.S. Customs and Border Protection (CBP) Statement of Work outlines requirements for Vehicle Disposal Services. Due to the IRS discontinuing its Sales Center, CBP was granted a waiver by GSA to operate a temporary Sales Center for vehicle disposal. The vendor will provide comprehensive services, including transportation, preparation (aftermarket equipment removal, branding removal, cleaning, minor repairs), auctioning, and reporting for approximately 7,200-7,500 vehicles annually. Services must cover the continental U.S., Hawaii, Alaska, Puerto Rico, Guam, and the U.S. Virgin Islands. Key tasks include ensuring secure auctions, transferring sales proceeds, and providing detailed reports on inventory, sales, and financial data. The contract period includes a base year and four option years, from January 2026 to December 2030, with strict security, data privacy, and compliance requirements outlined.
    U.S. Customs and Border Protection (CBP) requires a vendor to provide vehicle disposal services for approximately 10,000 government vehicles annually across various U.S. territories. This Statement of Work (SOW) outlines the need for a Sales Center to handle vehicle transportation, preparation for auction (including removal of aftermarket equipment and branding), auction/selling of vehicles and equipment, delivery of sales proceeds, and comprehensive reporting. The vendor must maximize sale revenues, minimize costs, and ensure a quick turnaround. Key tasks include vehicle transport, detailed preparation for auction, secure online auction services (nationally and internationally), and meticulous accounting and reporting of all activities and financial data. The vendor must comply with federal regulations, ensure data and vehicle security, prevent fraud, and maintain high customer satisfaction. The contract has a base period from January 1, 2026, to December 31, 2026, with four one-year option periods.
    This government file details vehicle numbers and cost projections for various DHS components (CBP, ICE, USSS, USFS, USMS, ATF, FBI) across a base year (2026) and four option years (2027-2030). While vehicle counts are provided for each component and year, all total cost projections are listed as zero, indicating that these figures need to be populated. The document also lists numerous cost elements for equipment removal (fixed and unit pricing), incidental costs (key replacement, battery replacement, salvage vehicles, telematics unit shipping), and transportation & auction costs. These detailed cost elements suggest a requirement for vendors to input individual unit prices for each item, which would then contribute to the overall cost projections per agency and per period. The file emphasizes that total costs for each period will auto-populate once individual unit prices are entered, highlighting that no manual entries should be made in the total cost sections.
    The Department of Homeland Security, U.S. Customs and Border Protection (CBP), is seeking proposals for Vehicle Disposal and Auction Services under RFP 70B01C25R00000045. This is a total small business set-aside with a NAICS code of 425120 and a 100-employee size standard. The contract has a minimum guarantee of ten vehicles, with the vendor paid from disposal sales proceeds. The solicitation outlines specific instructions for proposal submission, requiring three volumes: Technical and Management Approach, Past Performance, and Price Proposal. Proposals are due by October 29, 2025, at 12:00 PM EST. Evaluation criteria prioritize non-cost factors (Technical and Management Approach, Past Performance) over Price, with the government aiming for the "best value" and superior technical/performance capability. Participating agencies include CBP, ICE, U.S. Secret Service, U.S. Forest Service, ATF, U.S. Marshal Service, and FBI.
    This document provides answers to vendor questions regarding RFP 01C25R0045 for Vehicle Disposal Services, clarifying key aspects of the contract. GTB Innovative Solutions, Inc. is the incumbent, with a previous contract value of $53,602,181.00. The applicable SBA size standard is 125 employees, a correction from a typographical error. The Statement of Work (SOW) has been updated to reflect an estimated volume of 7,200-7,500 vehicles annually, not 10,000. Vehicle sales must be public online auctions, with no negotiated or closed sales, and the contractor is responsible for all transport, including inter-island and overseas. Proceeds from vehicle and aftermarket equipment sales go back to the government agency. Vendors are not required to own auction facilities and can use third-party partners. No extension will be granted for the proposal due date due to the SBA size standard adjustment. CBP anticipates a single-award IDIQ and will apply for a new waiver before the existing GSA waiver expires in December 2027.
    Solicitation 70B01C25R00000045 from DHS Customs & Border Protection seeks proposals for Vehicle Disposal Services. The contract is a Firm Fixed Price IDIQ with a 1-year base period and four 1-year options, extending up to 5 years. Compensation to the contractor will be through proceeds from sales rather than direct payments, with task orders valued at $0.00. Key terms include limitations on orders (max 1000 vehicles per single item, 5000 per combination), a 60-day preliminary notice for option extensions, and various FAR and DHSAR clauses incorporated by reference. These clauses cover areas such as business ethics, whistleblower protections, electronic payments, sustainable products, and safeguarding Controlled Unclassified Information (CUI). Contractors must complete background investigations for personnel accessing government facilities or CUI and ensure CUI training. The solicitation outlines specific requirements for proposals including Technical and Management Approach, Past Performance, and Price via a Vehicle Disposal Pricing Sheet.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    CBP Ajo Station Trash Removal Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking quotations for solid waste removal services at the Ajo Border Patrol Station and the Ajo State Route 85 Checkpoint in Arizona. The contract requires the contractor to provide all necessary containers and perform waste pickups, with Ajo Station needing two pickups per week and Ajo Checkpoint requiring one pickup per week, all during specified hours on weekdays. This procurement is a total small business set-aside, with a base year and four option years extending from February 2026 to February 2031, and interested vendors must submit their quotes by December 10, 2026, to the contracting officer, Eric Neckel, at eric.r.neckel@cbp.dhs.gov. The anticipated award date is January 23, 2026, and vendors must be registered in the System for Award Management (SAM) prior to the solicitation closing date.
    DHS-wide Uniforms III Contract
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the DHS-wide Uniforms III Contract, managed by the U.S. Customs and Border Protection (CBP). This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for the supply of uniforms and quartermaster services for approximately 135,000 DHS employees across various components, ensuring compliance with domestic sourcing requirements under the Kissell Amendment. The contract will include a base period of three years, with options for additional years, and will require offerors to submit proposals that adhere to detailed specifications outlined in the solicitation documents. Interested parties should direct their inquiries to Camilla J. Schmidt at camilla.j.schmidt@cbp.dhs.gov or Rick A. Travis at rick.a.travis@cbp.dhs.gov, with proposals due by the specified deadline.
    Armed Protective Security Officer Services at Customs and Border Protection Locations throughout Puerto Rico for Federal Protective Service
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is soliciting proposals for Armed Protective Security Officer (PSO) services at Customs and Border Protection (CBP) facilities throughout Puerto Rico. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement with fixed hourly rates, covering an estimated 750,000 service hours over a five-year period, with a minimum guarantee of $100,000. This procurement is a competitive 8(a) small business set-aside, emphasizing the importance of security services in safeguarding federal facilities. Interested parties must submit proposals by December 8, 2025, at 3:00 PM Eastern Time, and are encouraged to contact Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov for further information and to attend a pre-proposal conference on November 21, 2025.
    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.
    34-Ton Break-Bulk Trailers
    Buyer not available
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.
    Tank and Bilge Cleaning Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for tank and bilge cleaning services for its vessels, with the contract set aside for small businesses. The procurement involves a requirements contract with a base period of 12 months and four optional 12-month periods, requiring compliance with a detailed Statement of Work that includes various cleaning and disposal tasks at the U.S. Coast Guard Yard in Baltimore, Maryland. This contract is crucial for maintaining the operational readiness and environmental compliance of Coast Guard vessels, ensuring safe and efficient waste management practices. Proposals must be submitted by December 8, 2025, at 14:00 EST, and interested vendors can direct inquiries to Seth Andrew at seth.a.andrew@uscg.mil or by phone at 206-820-3793.
    DHS Medical Supplies BPA Modification
    Buyer not available
    The Department of Homeland Security (DHS), through the U.S. Customs and Border Protection (CBP), is modifying existing Blanket Purchase Agreements (BPAs) for medical supplies to address urgent operational needs. This modification extends the current BPAs, which support federal personnel in emergency medical services and personal protective equipment (PPE) requirements, through February 24, 2023, while the agency prepares for a competitive acquisition of new medical supplies. The BPAs are critical for fulfilling mission-essential requirements, particularly in response to operational and pandemic-related challenges. For further inquiries, interested parties can contact Dominique Brown at dominique.u.brown@cbp.dhs.gov or by phone at 317-715-6253, or reach out to Donna McMullen at donna.r.mcmullen@cbp.dhs.gov or 317-339-7189.
    MI-MARQUETTE BS-TRUCK REPAIR
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking proposals for vehicle repair services for a government-owned 2024 Chevy 2500 Ext. Cab 4x4 involved in an accident at the Marquette Biological Station. The contractor will be responsible for restoring the vehicle, which includes repairs to various components such as the cab, side impact sensors, rear door, and conducting complete vehicle diagnostic testing. This procurement is crucial for maintaining the operational readiness of government vehicles used in wildlife service activities. Interested contractors must submit their quotations by December 8, 2025, at 10 AM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289. The contract period will extend from the award date through June 30, 2026.
    U.S. COAST GUARD STA GRAYS HARBOR UNIT TRASH SERVICES
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to provide trash collection services at the Grays Harbor Station in Westport, Washington, for the period from January 1, 2026, to December 31, 2026. The contractor will be responsible for all labor, materials, equipment, and supervision necessary for refuse removal, including the collection of 6-yard garbage and 2-yard cardboard, and must ensure that employees pass security screenings and maintain a professional appearance. This procurement is set aside for small businesses, with proposals due by 10 AM (EST) on December 12, 2025, and interested parties should submit their quotes to Jordan Coe at jordan.a.coe@uscg.mil, referencing solicitation number 70Z03326Q30481004.