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.