Loading...
20157678
Response Deadline
Apr 17, 2026, 6:00 PM(EDT)4 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
Description
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with Revolutionary FAR Overhaul (RFO) Part 12. This announcement constitutes the only solicitation Quotes are being requested and a separate written solicitation will not be issued.
Purchase Request number 20157678 is issued as a Request for Quotes (RFQ).
This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
The Department of Homeland Security (DHS), U.S. Border Patrol (USBP), Yuma Border Patrol Station requires specialized Criminal Indicators and Concealment Recognition training to improve detection of smuggling behaviors and hidden compartments, enhance safety and legal compliance, and increase successful interdictions tied to forfeiture outcomes.
CONTRACT CLAUSES
Any applicable updates to the Federal Acquisition Regulation (FAR) made pursuant to the Revolutionary FAR Overhaul (RFO) and subsequently adopted by the Department of Homeland Security via Class Deviation, shall be deemed adopted and included in this contract without adjustment to price. See FAR Overhaul - FAR Part DEVIATION Guidance | Acquisition.GOV. Any clauses contained in this contract that have already been, or are later, updated in the RFO and adopted by DHS shall be considered to be amended to mirror the most up to date FAR RFO language.
In compliance with Executive Order 14173, “Ending Illegal Discrimination and Restoring Merit-Based Opportunity,” dated January 21, 2025, the contractor agrees that its compliance in all respects with applicable Federal anti-discrimination laws is material to the government’s payment decisions for purposes of section 3729(b)(4) of title 31, United States Code; and, by virtue of submitting a quote/offer, the contractor certifies that it does not operate any programs promoting DEI that violate any applicable Federal anti-discrimination laws.
No requirement in this contract should conflict or contravene Executive Order “Unleashing American Energy” dated January 20, 2025. To the extent any requirement may conflict or contravene that Executive Order, the requirement is deemed inapplicable to this contract. This would include requirements related to “climate-related risk management and/or greenhouse gas (GHG) emissions inventory and/or reduction target disclosure requirements.” The Contractor should consult with the Contracting Officer on any such requirement they determine is inconsistent with the Executive Order, and work on proposed modifications to comply with the EO and statutory requirements.
*Please note that all DHS FAR DEVIATIONS for the Revolutionary FAR Overhaul (RFO) are in effect. See FAR Overhaul - FAR Part DEVIATION Guidance | Acquisition.GOV. CBP reserves the right to unilaterally modify this solicitation to incorporate additional DEVIATIONS arising from the RFO. As such, quoters should become familiar with those DEVIATIONS prior to entering into this contract. Acceptance of this contract is acceptance of unliteral modifications by the Government to incorporate any RFO deviation.
SOLICITATION PROVISIONS
Offerors are notified that per RFO 33.104-1, an independent review of the grounds for a protest is available at a level above the contracting officer as an alternative to the protest to the agency contracting officer, not as an additional appeal after the protest to the agency contracting officer has been resolved. A choice to protest to the agency contracting officer therefore relieves the U.S. Customs & Border Protection of any further internal review or appeal after the contracting officer's decision.
[End of Provision]
QUOTE DUE DATE:
Submission shall be received no later than April 17, 2026, 2:00PM ET, to david.d.williamson@cbp.dhs.gov. No phone inquiries will be accepted. Late submissions may not be accepted.
Potential quoters may submit questions in writing regarding the Statement of Work (SOW) and the terms and conditions of this solicitation via email. All questions shall be received no later than (NLT) 2:00PM ET, April 14, 2026.
QUOTE PREPARATION:
The quote shall be sent to: Doug Williamson, david.d.williamson@cbp.dhs.gov (Shall contain the PR number for identification purposes).
Table 1 – Price
Item - 3 Day Criminal Interdiction Workshop (Hands On)
1 Week
Basis for Award. Evaluations shall be conducted in accordance with RFO Part 12. The Government anticipates making an award resulting from this solicitation to the responsible Quoter whose quote conforming to the solicitation will be most advantageous to the Government and is the Lowest Priced Technically Acceptable (LPTA).
The following factors shall be used to evaluate quotes:
Technical capabilities will be evaluated by the technical evaluator. Pricing will be evaluated by the Contract Specialist (CS).
TECHNICAL (EVALUATION)
TECHNICAL EVALUATION SCORING (Pass, Fail)
PRICE (EVALUATION)
The total price from Table 1 - Price shall be evaluated by the Government for price reasonableness.
Separately from the technical evaluation, the Government shall conduct a price evaluation of the price Quote using the quoter’s Table 1 – Price.
EVALUATION PROCESS
The CS will receive all quotes and review them for compliance according to the instructions listed in the Solicitation. The CS will then perform a price evaluation. After the price evaluation, the CS will notify the Technical Evaluator (TE) which is the lowest priced quote. The TE will conduct a pass/fail evaluation to determine whether the quote meets the requirements of the SOW. If the lowest priced quote is deemed technically unacceptable, the next lowest priced quote will be evaluated by the TE until the LPTA quote is reached.
David Williamson
DEPARTMENT OF HOMELAND SECURITY
US CUSTOMS AND BORDER PROTECTION
BORDER ENFORCEMENT CONTRACTING DIVISION
BORDER ENFORCEMENT CONTRACTING DIVISION
1300 PENNSYLVANIA AVE NW
WASHINGTON, DC, 20229
NAICS
Other Technical and Trade Schools
PSC
EDUCATION/TRAINING- OTHER
Set-Aside
Total Small Business Set-Aside (FAR 19.5)