Skip to content
Department of Homeland Security

DHS/CBP Commercial Solutions Opening - General Solicitation Release - Illegal Transshipment Pilot - CSOP-BP-GS-26-0001

Solicitation: CSOP-BP-GS-26-0001
Notice ID: 7f8a65b4446d4cd995b1dbc782f82599

Solicitation from US CUSTOMS AND BORDER PROTECTION • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: DC. Response deadline: Apr 24, 2026. Industry: NAICS 541512 • PSC DA01.

Market snapshot

Awarded-market signal for NAICS 541512 (last 12 months), benchmarked to sector 54.

12-month awarded value
$20,024,280,778
Sector total $5,891,976,226,424 • Share 0.3%
Live
Median
$234,121
P10–P90
$234,121$234,121
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.3%
share
Momentum (last 3 vs prior 3 buckets)
+637157%($20,017,997,239)
Deal sizing
$234,121 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Washington, District of Columbia • 20001 United States
State: DC
Contracting office
Washington, DC • 20229 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2007-0117 (Rev 36)
Open WD
Published Dec 03, 2025District of Columbia
24510
Barber
Base $22.87Fringe $0.00
24540
Beautician (Cosmetologist)
Base $22.87Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE Standard Form 1444 (SF-1444) Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be retroactive to the commencement date of the contract (See 29 CFR 4.6(b)(2)(iv)(C)(vi)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, U.S. Department of Labor, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the ""Service Contract Act Directory of Occupations"" (the Directory) should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.

Point of Contact

Name
Peter Giambone
Email
peter.a.giambone@cbp.dhs.gov
Phone
Not available
Name
Joshua Bedregal
Email
joshua.bedregal@cbp.dhs.gov
Phone
Not available

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US CUSTOMS AND BORDER PROTECTION
Subagency
MISSION SUPPORT CONTRACTING DIVISION
Office
Not available
Contracting Office Address
Washington, DC
20229 USA

More in NAICS 541512

Description

The Department of Homeland Security (DHS) Commercial Solutions Opening (CSO) is a Non-Federal Acquisition Regulation (FAR) based solicitation authority for acquiring innovative and commercial solutions. Section 880 of the National Defense Authorization Act (NDAA) for Fiscal Year 2017 (Pub. L. 114-328), as extended, authorizes DHS to implement a pilot program to competitively procure innovative commercial items, technologies, and services using CSO procedures. The CSO acquisition mechanism provides a streamlined, flexible process and simplified contract terms designed to maximize efficiency and minimize administrative burden for both the Government and industry.

DHS, U.S. Customs and Border Protection (CBP), Office of Acquisition (OA) will use CSO procedures to acquire innovative, commercial items, technologies, and services currently in the production/commercialization phase, as well as adaptations of existing commercial products. The CSO procedures are described throughout sections 1, 3, and 4 of the attached General Solicitation document. This General Solicitation announcement invites prospective offerors to respond to the attached solicitation document.

For purposes of this posting, “Innovative” is defined as follows:

  • Any item that is—
    • A new technology, process, or method as of the date of submission of a proposal; or
    • A new application or adaptation of an existing technology, process, or method as of the date of submission of a proposal.

CBP will assess the value of Artificial Intelligence (AI) driven commercial solutions that identify imports which pose a high risk for illegal transshipment. The development and implementation of these private sector solutions will enable CBP to explore how cutting-edge technologies may be leveraged to inform enforcement actions that prevent high-risk imports from entering the U.S. and/or lead to the identification of additional duties owed.

The CSO solicitation process will include a multi-phased solicitation and evaluation approach:

  • Phase 1 – Submission and Evaluation of the Written Solution Brief, which may also include an optional invitation for Oral Presentations/Technical Demonstrations.
  • Phase 2 – Request for Full Proposal Submission.

Potential submitters are hereby advised of the following:

  • The solicitation for solution briefs is not a guarantee that award and obligation of funds will be made.
  • The costs incurred by companies in the preparation and submission of their solution briefs in response to solicitations will not be paid by the government.
  • Submission and proposals are evaluated on their individual merits rather than on a comparative basis, and the Government has considerable latitude in determining which of the submitted proposals it will fund.
  • All potential recipients of CSO awards must be registered in the System for Award Management (SAM) before the recipient is awarded the CSO contract.

Submission Instructions:

  • All questions or requests for clarifications regarding this solicitation must be electronically submitted in writing no later than 3:00 pm Eastern Standard Time, April 7, 2026 to aristide.horugavye@cbp.dhs.gov, peter.a.giambone@cbp.dhs.gov & joshua.bedregal@cbp.dhs.gov. The subject of the e-mail must be titled “Request for Clarifications re: CSOP-BP-GS-26-0001.” Requests, questions, or comments which are time stamped after the question due date and time may not be accepted, nor receive a response from the Government, in the sole discretion of the CO.
  • Written solution briefs as described in section 3.2 of this solicitation must be submitted electronically by 3:00 pm Eastern Standard Time, April 24, 2026 to the following e-mail boxes: aristide.horugavye@cbp.dhs.gov, peter.a.giambone@cbp.dhs.gov & joshua.bedregal@cbp.dhs.gov.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.