Opportunity

SAM #20157464

Installation of Incinerator Remote Touchscreen and Shade Structure at Mariposa Land Port of Entry

Buyer

CBP Border Enforcement Contracting Division

Posted

April 06, 2026

Respond By

April 10, 2026

Identifier

20157464

NAICS

334419, 238290

U.S. Customs and Border Protection (CBP), Office of Field Operations, is seeking a contractor for the installation of a remote touchscreen system for the Narcotics Destruction Incinerator at the Mariposa Land Port of Entry in Nogales, Arizona. - Government Buyer: - U.S. Customs and Border Protection (CBP), Office of Field Operations, Mariposa Land Port of Entry - OEMs and Vendors: - Keller Manufacturing (specified for touchscreen requirements) - Products/Services Requested: - Remote Control Touchscreen for incinerator system - Must meet or exceed Keller Manufacturing KMB-2400 specifications - Quantity: 1 unit - Conduits for DC and CAT 6A wiring/cable - 3/4" minimum conduits with innerduct protection, installed underground as much as possible - Cantilevered metal shade structure - Approximately 18’ x 24’, to protect incinerator controls and extend over existing fencing - Installation services - Includes all supervision, labor, materials, supplies, and equipment for a complete working system - Unique or Notable Requirements: - All materials must be commercially available, first-line products meeting recognized testing facility requirements - Compliance with all local, state, and federal codes (International Building Code, International Mechanical Code, Uniform Plumbing Code, National Electrical Code) - Minimum two-year warranty on all labor and materials - Installation must minimize interruption to port operations - Place of Performance: - Mariposa Land Port of Entry, 120 North Mariposa Road, Nogales, AZ 85621

Description

1. SCOPE: Per the enclosed Statement of Work, the Contractor shall provide all supervision, labor,materials, supplies, and equipment, necessary to:

A. Install a Remote Touchscreen, that must meet or exceed one provided by KellerManufacturing for the KMB-2400. The touchscreen shall be mounted inside of the sallyport of the vault as located on the attached plan.

B. Provide and install conduits (3/4” minimum) for DC and CAT 6A wiring/cable necessaryto connect the incinerator to the touchscreen. CAT 6A cable shall have innerductprotection. The installation shall be underground as much as possible.

C. Provide and install an approximately 18’ x 24’ cantilevered metal shade structure toprotect the incinerator controls. The shade structure shall extend over the existingfencing.

D.The project shall provide a complete working system.

E.The work shall be coordinated with U.S. Customs and Border Protection so that portsecurity is not compromised and the work interrupts normal port operations minimally.

F.The General Contractor shall provide a minimum of a two (2) year warranty for all laborand materials associated with the project from date of substantial completion, unless alonger 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 Commercial standards shall be used wherever practicable.

3. Work Location: Mariposa Land Port of Entry 120 North Mariposa Road, Nogales, AZ. 85621

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 THE FOLLOWING:

david.d.williamson@cbp.dhs.gov

View original listing