Sources Sought NONE Due Soon

Request for Information - C4I Systems Maintenance Support and Enhanced Services

Solicitation Number: CBP-RFI-08142025-001 Response Deadline: September 03, 2025 at 5:00 PM (2 weeks from now)

Description

Update 8/14/2025 - added another SOW document as the initial document failed to download properly for some vendors. Original Post 8/14/2025 - REQUEST FOR INFORMATION Customs and Border Protection C4I Systems Maintenance Support and Enhanced Services THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This is an RFI released pursuant to FAR 15.201(e). This RFI is issued solely for information, planning purposes and market research only; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP or Broad Area Announcement (BAA). This RFI does not commit the Government to contract for any supply or service. U.S. Customs and Border Protection (CBP) is not at this time seeking proposals. Responders are advised that the U.S. Government will not pay any cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party s expense. Not responding to this RFI does not preclude participation in any future RFP or BAA. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government, and will not be returned. CBP, Air and Marine Operations, is performing Market Research to determine available sources who can provide contractor-furnished resources, capabilities, technical assistance, and suitable facilities to support the Air and Marine Operations Center (March ARB, CA) (AMOC), Caribbean Air and Marine Operations Center (Puerto Rico), and National Capitol Region Unit (CRU) C4I technology; and limited support to Other Government Agency partners: Air and Marine Operations Surveillance System (AMOSS) and Intelligence, Surveillance, and Reconnaissance (ISR) Systems. AMOSS is the designated system utilized to facilitate Air and Marine Command and Control, Communications, Computers, and Intelligence (C4I). ISR Systems is the designated C4I system that supports the AMOC video analytics and utilities for AMO air missions. The AMOSS and ISR Systems provides surveillance data which supports the DHS/CBP/AMO/AMOC mission. AMOSS Data sources include, but are not limited to Global Positioning System(s) (GPS), datasets from various sensors to include plot data, video, track data, and air, marine and ground movement data. AMOSS extends both nationally and internationally with locations in Mexico supporting Mexico Naval Secretariat (SEMAR), Secretariat of National Defense (SEDENA)/Integrated Air Surveillance System (SIVA), Federal Police (PF). Additional international support is planned and expected to extend into Canada and other South American countries. ISR Systems data includes data feeds generated from Intelligence Surveillance Reconnaissance Systems (ISR). ISR consists of interconnected software utilities and computer systems providing CBP with the network to allow mission support data to be shared between CBP analysts, field operations and operational decision makers. ISR provides the network for sharing data between systems onboard Unmanned Aircraft Systems (UAS), Ground Control Station (GCS), CBP manned aircraft, the operations centers and the Office of Intelligence (OI) Processing, Exploitation, and Dissemination (PED) Cells. ISR operates out of the CBP Air and Marine Operations Center (AMOC), located in Riverside, CA. AMO also provides AMOSS source code and limited support to the Federal Aviation Administration in support of the ADS-B Deviation Authorization Preflight Tool (ADAPT) program. The mission of U.S. Customs and Border Protection (CBP), Air and Marine Operations (AMO) / Air and Marine Operations Center (AMOC) is to protect the American people and the nation's critical infrastructure through the coordinated use of integrated air and marine forces to detect, interdict and prevent acts of terrorism and the unlawful movement of people, illegal drugs and other contraband toward or across the borders of the United States. This RFI is to acquire professional expertise necessary to maintain and support a diverse assembly of integrated sensors, air movement data, data processing, video data and telecommunications systems relating to the Air and Marine Operations Surveillance System (AMOSS) and the Intelligence Surveillance and Reconnaissance Systems (ISR Systems) that is designated as the Air and Marine Command and Control, Communications, Computers and Intelligence (C4I) systems. The AMOSS and ISR Systems include a mixture of hardware and software applications necessary to operate at peak efficiency, 24 hours/365(366) days a year, to include weekends and holidays. The contractor shall provide technical and professional administration, management, supervision, labor, and engineering capabilities to support C4I. The contractor shall have the capability to staff and address the following tasking: -Project Management: Ability to manage, control, and maintain required staffing to support all tasking associated with C4I. Availability to coordinate and collaborate with government staff and counterparts. -Telecommunications: Expertise in various means of telecommunications i.e. UHF/VHF Radio controls and systems, Telephone systems digital/analog, Communication Panels, Video Teleconferencing, Wireless Comm, Radio/Landline recording systems, Conference bridges, PA systems, Fiber transport systems, Various office type IT and Communication equipment. -Maintenance: Systems administrative and electronic technician level support 24/7 for all C4I and support equipment and systems. -Technical Documentation and Library Maintenance: Ability to maintain current all AMOSS and ISR Systems related data, publications, and manuals. -Logistical Support: Ability to maintain and track all government assets associated with the C4I, and AMOC IT assets. -Configuration Management: Ability to maintain IT and Communications systems in an approved configuration state. Administrative capability to monitor track change requests initiation through completion. -Expansion and Reconfiguration: Expertise and ability to expand upon or reconfigure as needed for the AMOSS and ISR Systems providing expanded capabilities, support new technologies, address new and compelling requirements, or equipment moves and upgrades. -Engineering and Integration Support: Provide expertise to address new design requirements, implementation of new technologies, assess capabilities of new products or systems, and integration of changes into the AMOSS and ISR Systems. -Enterprise Architecture: Ability to ensure designs conform to DHS/CBP Enterprise Architecture, Technical Reference Models, and all applicable DHS/CBP policies and guidelines. -Cybersecurity Engineering: Experience and capability hardening system architecture to Security Technical Implementation Guide (STIG) and National Institute of Standards and Technology (NIST) Risk Management Framework (RMF) security controls in on-premises and commercial cloud environments. -Web Development: Contractor capability to maintain and develop both internal and public-facing web platforms. -Database administration: Contractor capability to develop and maintain structured and non-structured databases, including extensive knowledge in securing, managing and maintaining Oracle databases. -Test Facility Support: Contractor capability to test and evaluate software and hardware changes. May require offsite testing at contractor owned facilities as space is limited at the AMOC. -Support KU dish satellite operations by partnering with a licensed FCC operator The duration of contract is expected to be 66 months if all option periods are exercised. The contractor's facility should be located within the continental United States. This contract shall require the technicians to travel to foreign locations at times. The contractor shall be able to obtain passports. A summary description shall be submitted that details the technical capability of the company to perform the requirement. Additionally vendors responding to this RFI should provide: (1) name and address of the firm; (2) size of the business; (3) years in business; (4) description of the client base; (5) type of ownership (i.e., large, small, small disadvantaged, woman-owned, hub-zone, and/or disabled veteran); (6) past performance of similar work; and (7) a complete description of the facilities and infrastructure that would provide test facility support. Each respondent shall identify its business size. This notice is for informational and market research purposes only. This synopsis does not commit the Government to contract for any supply or service. The information provided in this request for information is subject to change and is not binding on the Government. The release of this request for information should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought. Responses Responses to the RFI should be submitted in Microsoft WORD or Adobe PDF format and shall be limited to 10 pages in length excluding the first page of the response with information requested in the paragraph below. The responses may be submitted via email at bartek.m.chwalek@cbp.dhs.gov . The submissions must be unclassified. The document(s) must be password protected. The password protected submission document(s) must be emailed separately from the email with the password(s). E-mail 1 RFI documents E-mail 2 password(s) to the documents. They must be directed to the CBP Procurement Office. The first page (this page is excluded from the max page limit) of the response will provide: (1) company name; (2) address; (3) company business type (large or small); and company contact for questions and/or to schedule follow-on discussions. Company contacts information shall include name, title, phone number, and e-mail address. Industry Communications AMO representatives may or may not choose to meet with respondents. If communication occurs, they would be intended to obtain additional clarification on potential solutions. Any discussions would be with individual respondents and not with all or groups of companies. Submission of Questions Question submission cut-off date is close of business (5PM/1700) Washington DC local time on August 20, 2025. Questions regarding this RFI shall be submitted in writing via e-mail bartek.m.chwalek @cbp.dhs.gov . Submission of questions through any other means will not be accepted. The Government does not guarantee that questions received after August 20, 2025 will be answered. Submission of RFI Responses Submission of RFI responses cut-off date is close of business (5PM/1700) Washington DC local time, on September 3, 2025. Responses to this RFI shall be submitted in writing via e-mail at bartek.m.chwalek@cbp.dhs.gov . Contact Information Bartek Chwalek Sr Contract Specialist/Contracting Officer US Customs and Border Protection bartek.m.chwalek@cbp.dhs.gov

Award Information

Not yet awarded

Notice Timeline

Sources Sought

Aug 14, 2025

Place of Performance
Riverside, California
USA

Contacts

primary
Bartek Chwalek

bartek.m.chwalek@cbp.dhs.gov

secondary
Caitlin Jenkins

caitlin.m.jenkins@cbp.dhs.gov

Agency
HOMELAND SECURITY, DEPARTMENT OF
US CUSTOMS AND BORDER PROTECTION
AIR AND MARINE CONTRACTING DIVISION
Classifications
NAICS: 541511
PSC: 7H20
Set Aside: NONE
Dates
Posted (1 day ago)
Aug 14, 2025
Last Updated (11 hours ago)
Aug 15, 2025
Due (2 weeks from now)
Sep 03, 2025 5:00 PM