Opportunity
SAM #20157465
Remote Touchscreen and Incinerator Office Installation at CBP San Luis II Port of Entry
Buyer
CBP Border Enforcement Contracting Division
Posted
April 06, 2026
Respond By
April 10, 2026
Identifier
20157465
NAICS
334419, 238290, 238210
This opportunity involves installation services for a remote touchscreen system and supporting infrastructure at the San Luis II Land Port of Entry, managed by U.S. Customs and Border Protection (CBP), Office of Field Operations. - Government Buyer: - U.S. Customs and Border Protection (CBP), Department of Homeland Security - Office of Field Operations, San Luis II Land Port of Entry - Border Enforcement Contracting Division - OEMs and Vendors: - Keller Manufacturing (referenced for touchscreen specifications; no other OEMs specified) - Products/Services Requested: - Remote touchscreen system (must meet or exceed Keller Manufacturing KMB-2400) - Quantity: 1 - Mounted inside an 8’ x 20’ metal conex Incinerator Office - Conduits for DC and CAT 6A wiring/cable with innerduct protection (underground installation) - Power conduit (minimum 125 amps, underground as much as possible) - Data cabling (CAT 6A) for two workstations to connect to Haz Mat Dock network - Metal conex Incinerator Office (approx. 8’ x 20’) - Installation services for all above components - Unique or Notable Requirements: - All materials must be commercially available, first-line products meeting recognized testing facility standards - Contractor must coordinate work to minimize disruption to port operations - Compliance with CBP security and confidentiality requirements - Minimum two-year warranty on labor and materials - No specific part numbers or additional OEMs listed beyond Keller Manufacturing reference
Description
1. SCOPE: Per the enclosed Statement of Work, the Contractor shall provide all supervision, labor, materials, supplies, and equipment, necessary to:
1.Install a Remote Touchscreen, that must meet or exceed one provided by Keller Manufacturing for the KMB-2400. The touchscreen shall be mounted inside of the Incinerator Office (Conex) as outlined below.
2. Provide and install conduits (3/4” minimum) for DC and CAT 6A wiring/cable necessary to connect the incinerator to the touchscreen. CAT 6A cable shall have innerduct protection. The installation (see site plan for path) shall be underground as much as possible.
3. Provide and install conduit (3/4” minimum) for power to the Incinerator office (minimum 125 amps required). The installation (see site plan for path) shall be underground as much as possible.
4. Provide and install conduit for CAT 6A cables necessary to connect two workstations (2 data cables each with RJ-45 jacks) in the Incinerator Office. The data cabling shall connect to the network at the booth on the Haz Mat Dock. CAT 6A cable shall have innerduct protection. The installation (see site plan for path) shall be underground as much as possible.
5. Provide and install an approximately 8’ x 20’ metal conex Incinerator Office. Upon award the program office will provide the plan for basis of design and the site plan for location.
6. The project shall provide a complete working system.
7. The work shall be coordinated with U.S. Customs and Border Protection so that port security is not compromised and the work interrupts normal port operations minimally.
8. The General Contractor shall provide a minimum of a two (2) year warranty for all labor and materials associated with the project from date of substantial completion, unless a longer term is stated elsewhere. All material shall be commercially available first line products that meet or exceed the requirements of associated recognized testing facility.
2.APPLICABLE DOCUMENTS and CODE COMPLIANCE: All local, state and federal codes must be followed including the current versions of the International Building Code, International Mechanical Code, Uniform Plumbing Code, National Electrical Code. 2023 LPOE Design Standard 2.Commercial standards shall be used wherever practicable.
3.Work Location: San Luis II Land Port of Entry 1375 South Avenue E, San Luis, AZ. 85349
4. DELIVERABLES AND DELIVERY SCHEDULE: 4.1 Deliverables: a. Work schedule prior to start of the project. b. Product and shop drawing submittals. c. Weekly updates at scheduled meetings. d. Material Safety Data Sheets (MSDS)
5. GOVERNMENT-FURNISHED EQUIPMENT AND INFORMATION: NA
6. Hours of Work. Work will be accomplished during normal working hours (M-F - 6:00 a.m. – 5:00 p.m.) and/or daytime hours on Saturday and Sundays, unless otherwise permitted by the Contracting Officer/CBP Project Manager.
7. SECURITY CLEARANCE AND SITE ACCESS: 7.1 The contractor is required to comply with CBP policies and directives related to confidentiality and privacy. The contractor is prohibited from gathering or sharing any information with third parties and is required to protect all data they may observe or overhear while operating on federal premises. 7.2 At all times during performance of this contract and until the work is completed and accepted, the Prime Contractor shall have on the worksite a competent superintendent who is satisfactory to the Contracting Officer/CBP Project Manager and has authority to act for the Contractor. This person shall have an HSPD-12 clearance. 7.3 US Customs and Border Protection personnel will directly monitor the work site security; however they are not responsible for the security of the project’s equipment or materials.
8.SPECIAL CONSIDERATIONS: 8.1 Changes to the SOW
No changes to this SOW or cost increases shall be incurred without written prior approval of the Contracting Officer as coordinated by the COTR. Any changes or cost increases will not take effect until the Contracting Officer executes a written modification.
ALL QUOTES, ALONG WITH WARRANTY AND PRODUCT INFORMATION, MUST BE SENT TO: