Solicitation Number:
FY25R3281015NSludge Hauling NFO
Notice Type:
Combined Synopsis/Solicitation
Synopsis:
This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only notification; proposals are being requested, and a solicitation is to be attached shortly.
This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04 June 11, 2025.
The solicitation number is FY25R3281015NSludge Hauling NFO, and this solicitation is issued as a request for proposal (RFP).
This is a 100% Small business Set Aside. The North American Industry Classification System (NAICS) for this requirement is 562219 Other Nonhazardous Waste Treatment and Disposal. Product of Service Code for this requirement is Z1ND Maintenance of Sewage and Waste Facilities with a corresponding small business standard of $47 million.
Offer due date/local time: 3:00 PM Mountain on August 22, 2025. Please reference the solicitation FY25R3281015NSludge Hauling NFO in the subject. Offers shall be emailed to seone.jones@ibwc.gov. FAXED QUOTES WILL NOT BE ACCEPTED. Please include your UEI number with your offer.
Only questions submitted by email to seone.jones@ibwc.gov will be considered. Questions received from offerors after 3:00 pm Mountain on August 15, 2025, may not be responded to.
A site visit shall be held at the Nogales International Wastewater Treatment Plant, 865 East Frontage Road, Rio Rico, Arizona, 85648 on August 14th, 2025. Site Visits are encouraged but are not required. Please coordinate site visit with Mr. Albert Flores at albert.flores@ibwc.gov before August 13th, 2025. Virtual site visits (video/photographs) are not permitted.
Description: The United States Section of the International Boundary and Water Commission (USIBWC) requires the removal of the old buoy line with cabling and connections and requires the complete assembly and installation of a new buoy line with both land and underwater anchors at Falcon Dam Project, Headquarters building located at 1 Reservoir Road in Falcon Heights, Texas
The Contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision necessary to perform the work as defined in this Statement of Work. The Contractor shall perform to the standards in this contract.
The Government will award a contract resulting from this solicitation to the responsible Offeror based on Lowest Price Technically Acceptable. Technical acceptability will be based on the Contractor’s Technical Approach, Expertise and Qualified Personnel to provide the services, and Past Performance.
The Federal Government is tax exempt.
Technical Approach - Quote must demonstrate the technical approach by providing a two to three-page narrative addressing the items in the SOW. The narrative shall at a minimum include your plan of action, equipment, key team members, and schedule.
Past Performance – Quotes shall demonstrate successful past performance of at least one (1), but not more than three (3) references for similar projects. The information shall include name of person, company, phone number, email address, and brief description of the project.
Offerors shall submit pictures and specifications of items being quoted.
Failure to submit required technical approach and past performance will deem a proposal non-responsive and no consideration for award will be given.
Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. NOTE: The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acuisition.gov
Offerors quote must meet all requirements as outlined in the attached specifications documents as per scope. Please read scope of work in full detail.
The clause at 52.212-2, Evaluation-Commercial Items, applies to this acquisition.
Unless the offeror inserts a longer period of time, proposals shall remain valid for a period of 90 calendar days from the date specified for receipt of proposals.
Payment information:
The Contractor will be paid in accordance with FAR 52.232-33 Payment by Electronic Funds Transfer – System for Award Management (July 2013). Invoices will be submitted electronically via Invoice Processing Platform (IPP).
Invoice Processing Platform
The U.S. Section International Boundary and Water Commission (USIBWC) has transitioned to an electronic invoicing system. The Invoice Processing Platform (IPP) is a secure, web-based system provided by the U.S. Department of the Treasury’s Bureau of the Fiscal Service in partnership with the Federal Reserve Bank of St. Louis. IPP is available at no cost to any commercial vendor or independent contractor doing business with a participating government agency. Information concerning accessing the IPP system will be provided at time of award.
END of combined synopsis/solicitation.
Attachments:
Scope of Work
Price Sheet
Clauses
Wage Determination 2015-5309