Similar Projects
Regional Pest Control Services
Term Contract
Design
Washington, DC - Bethesda, Indian Head, MD - Arlington, Dahlgren, VA 20374

Paving Multiple Award Construction Contract (MACC) IDIQ
Term Contract
Sub-Bidding
$50,000,000 CJ est. value
Washington, DC 20032

Intelligent Transportation System (ITS) Systems Maintenance
Term Contract
Sub-Bidding
Washington, DC 20036

Elevator Maintenance and Repair Services
Term Contract
Post-Bid
Washington, DC

Pest and Animal Control Services
Term Contract
Post-Bid
Washington, DC 20001

Trash and Recycling Services
Term Contract
Sub-Bidding
Washington, DC 20036

Regional Pest Control Services
Term Contract
Post-Bid
Washington, Washington Navy Yard, DC - Bethesda, MD - Dahlgren, VA 20374

Sunnyside Yard Snow Removal
Term Contract
Post-Bid
Washington, DC

Project Management Services
Term Contract
Post-Bid
Washington, DC 20544

Snow Removal Southwest Division
Term Contract
Post-Bid
Washington, DC

Sanitary Sewer Lateral Replacement Contract
Term Contract
Post-Bid
Washington, DC 20036

Job Order Contract (Joc) Systems Consulting Services
Term Contract
Post-Bid
Washington, DC

FY22 Flood Smart Homes
Term Contract
Post-Bid
Mountain Top, WA 99328

Indefinite Delivery/ Indefinite Quantity Hazardous Materials for Smithsonian Institution
Term Contract
Post-Bid
Washington, DC 20024

GPO Command Center Project Management
Term Contract
Post-Bid
Washington, DC 20401

Last Updated 01/09/2023 02:31 PM
Project Title

Border Infrastructure

Physical Address View project details and contacts
City, State (County) Washington, DC 20036   (District of Columbia County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected February 2023
Bids Due View project details and contacts
Estimated Value $400,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

GENERAL INSTRUCTIONS Questions and Amendments: All questions or concerns regarding any aspect of this solicitation shall be submitted electronically to: BORDERINFRASTRUCTURE@cbp.dhs.gov, no later than 3 PM on January 5, 2023 (for Phase I). To pose a question the Offeror shall submit a signed and stamped letter from their Corporate Surety that states the offerors' bonding capacity for an individual Task Order and cumulative Task Orders, for both the Payment bond and Performance bond. The Corporate Surety letter must show that the offeror can obtain individual Task Order Payment and Performance bonding in the amount of $350 million per TO, and cumulative TO awards Payment and Performance bonding in the amount of $1 billion. The Corporate Surety letter shall be in the form of a firm commitment from a corporate surety whose name appears on the list contained in Treasury Department Circular 570. Questions received after this date and time may not be responded to by the Government and may not extend the Due Date. All emails with questions shall be clearly labeled in the subject line of the email starting as: "70B01C221R00000113-Border Infrastructure Design Build Construction". Any questions, comments posed will be in a "Word" document without Tables included within document. The U.S. Customs and Border Protection (CBP) seeks to contract for design and construction of border infrastructure and border infrastructure technology requirements including border barriers, anti-climb features, enforcement zones, roads, gates, bridges, drainage control, cattle guards, lighting, detection systems, cameras, towers, and communication fiber. This includes all utilities, environmental compliance and supporting site work required to implement, operate, and maintain border infrastructure along the USMexican border. This acquisition will result in the award of a five (5) year, multiple-award, indefinite-delivery, indefinite-quantity (IDIQ) with Task Order (TO) contracts with an estimated value under $1,000,000,000.00 and over $50 million. Requirements with an estimated value of $50 million or less will not be acquired under this Task Order, and instead, will be assessed for small business set asides, if appropriate. Notes: 1. Pursuant to FAR 52.232-18, Availability of Funds, the Government's obligation under this solicitation, or any contract or TO that might result from the solicitation is entirely subject to, and contingent upon, the availability of appropriated funds. No legal liability on the part of the Government shall arise until funds are made available for award of a TO. Any contractor proposing on this IDIQ does so at its own cost and with the full knowledge that a contract or TO might not result from this solicitation. The anticipated IDIQ contract does not obligate any funding. 2. All offerors seeking to submit questions on the solicitation and/or offer a proposal will be required to submit a signed stampled letter from a Corporate Surety in accordance with FAR clause "52.228-15 Performance and Payment Bonds-Construction" stating your company can meet the minimum payment and performance bonding requirements of $350 million per Task Order and $1 billion cumulatively. The Corporate Surety letter shall be in the form of a firm commitment from a corporate surety whose name appears on the list contained in Treasury Department Circular 570 *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents