Skip to main content

An official website of the United States government

You have 2 new alerts

Facility Maintenance and Repair for the Arizona Region

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Aug 08, 2024 03:32 pm CDT
  • Original Response Date: Aug 23, 2024 11:00 am CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 07, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1AZ - MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Tucson , AZ
    USA

Description

SYNOPSIS:

This is a pre-solicitation for 70B01C24R00000057.

Customs and Border Protection intends to award an indefinite-delivery indefinite-quantity (IDIQ) contract for all labor, supervision, tools, materials, parts, equipment, transportation, licenses, permits, certifications and management necessary to provide for equipment and system maintenance and repairs at government facilities in the Arizona Region.  The location of work will be in the Arizona Region, which consists of the entire state of Arizona, the entire state of Nevada and the eastern portion of Imperial, Riverside and San Bernadino Counties in California. The anticipated period of performance is 12-month base period plus four one-year options periods from the date of award.

The solicitation will be in accordance with incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05.  This requirement will be awarded through a competitive process as a total Set-Aside for Small Businesses. All work will be required to meet appropriate CBP, Federal, State, and Local standards and are defined in the Performance Work Statement that will be part of the forthcoming solicitation package.   (Note: This solicitation will be evaluated on a “Best Value” basis.) 

The North American Industrial Classification System (NAICS) code for this procurement is 561210 (Facilities Support Services) with a small business size standard of $47.0 million. e-mail (only) at lloyd.a.burton@cpb.dhs.gov.  The final solicitation package will be issued on a total small business set-aside (100%) basis.  All responsible small businesses may submit a proposal, which shall be considered by the agency. 

Questions regarding the forthcoming solicitation package may be addressed to Lloyd Burton as above. 

Submission of proposals shall be in accordance with the instructions in the solicitation document. The solicitation documents will be released via www.SAM.gov (Only).

Contact Information

Contracting Office Address

  • 1300 PENNSYLVANIA AVE NW
  • WASHINGTON , DC 20229
  • USA

Primary Point of Contact

Secondary Point of Contact

History