Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 1 AM
Solicitation
California

Preventative Maintenance, Repair and Alteration Services: Southern California

Details

Solicitation ID 70B01C25R00000058
Posted Date 01 Jul 2025 at 1 AM
Response Date 08 Jul 2025 at 2 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Administration Facilities Training Contracting Division
Agency Department Of Homeland Security
Location California United states

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Cellco Partnership

Schaumburg Honolulu Alpharetta Dallas Bedminster Basking ridge Westlake Wilmington Baltimore Omaha Shawnee missio

Sign up to access Documents

Signup now

The Customs and Border Protection (CBP) 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 Southern California Region.  The locations of work will be in the Southern California Region which consists of ten (10) counties, Imperial County, Kern County, Los Angeles County, Orange County, Riverside County, San Bernardino County, San Diego County, San Luis Obispo County, San Barbara County and Ventura County. The anticipated period of performance is 12-month base period plus four one-year options periods from the date of contract award.

The solicitation will be in accordance with incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03.  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 [email protected].  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 Denise V. Thompson 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).