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 solicitation; quotes are being requested, and a written solicitation will not be issued separately.
This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 dated January 17, 2025.
The solicitation number is FY255701046 and this solicitation is issued as a request for quote (RFQ).
This is a 100% Small business Set Aside. The associated North American Industry Classification System (NAICS) code is 334513 Instruments and related products manufacturing for measuring, displaying, and controlling industrial process variables, with a corresponding small business standard of 750 employees. The Product Service Code (PSC) for this requirement is 6680 Liquid and Gas Flow, Liquid Level, and Mechanical Motion Measuring Instruments.
Only offers from SAM registered small businesses will be considered for this solicitation.
All Vendors must have an active registration, Unique Entity ID in SAM.gov at the time of submission to be considered. Any vendor that does not have an active SAM.gov registration (UEI) will be rejected.
Description:
The International Boundary and Water Commission, United States Section (IBWC) requires the Purchase/Install and calibrate New Penstock Flow Meters and Sensors for the Falcon Field Office. PO Box, 1 FM 2098 Reservoir RD., Falcon Heights, TX 78545.
Refer to attached PWS for description of the requirement to include dates and places of delivery, inspection, and acceptance. The CLIN structure attached shall be returned with your quote via email to my attention with the information requested.
The destination for FOB Destination shall be the Falcon Field Office.
Site Visit:
A site visit of where the work will be performed is highly recommended - pictures are allowed but no pictures of other attendees or IBWC personnel are allowed. PPE is required - hard hat and protective footwear. The USIBWC will not provide PPE. Site visits may be arranged Monday to Thursday 8:00am to 3:00pm, excluding federal holidays with Mr. Edi Delgado [email protected] or Mr. Rolando Ramos [email protected] or (956) 848-5265
The site visit will close on July 8, 2025
Evaluation of Offer:
The Government will award a contract resulting from this solicitation to the offer responsible, whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical acceptability to meet IBWC requirements; Technical Approach and Past Performance.
The Government will award a contract resulting from this combined synopsis/solicitation to the lowest price technically acceptable (LPTA), responsible offeror.
Services shall be quoted ALL or NONE as per CLIN structure attached and returned with your quote via e-mail directly to my attention at [email protected]
Only questions submitted by email to [email protected] will be considered. Questions received from Offerors after 3:00 pm MST on July 22, 2025, may not be responded to. No phone calls will be accepted.
Offers due date/local time: August 5, 2025, at 3:00pm MST.
Quotes shall be good for 90 Days
Applicable Clauses:
52.204-8 Annual Representations and Certifications (JAN 2025) (DEVIATION FEB 2025)
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025)
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025)
52.223-10 Waste Reduction Program (MAY 2024) (DEVIATION FEB 2025)
52.223-23 Sustainable Products and Services (MAY 2024 (DEVIATION FEB 2025))
52.228-16 Performance and Payment Bonds-Other Than Construction (Nov 2006)
(a)Definitions. As used in this clause-
"Original contract price" means the award price of the contract or, for requirements contracts, the price payable for the estimated quantity; or, for indefinite-quantity contracts, the price payable for the specified minimum quantity. Original contract price does not include the price of any options, except those options exercised at the time of contract award.
(b)The Contractor shall furnish a performance bond ( Standard Form 1418) for the protection of the Government in an amount equal to 100% percent of the original contract price and a payment bond Standard Form 1416) in an amount equal to 100% percent of the original contract price.
(c)The Contractor shall furnish all executed bonds, including any necessary reinsurance agreements, to the Contracting Officer, within 10 days, but in any event, before starting work.
(d)The Government may require additional performance and payment bond protection if the contract price is increased. The Government may secure the additional protection by directing the Contractor to increase the penal amount of the existing bonds or to obtain additional bonds.
(e)The bonds shall be in the form of firm commitment, supported by corporate sureties whose names appear on the list contained in Treasury Department Circular 570, individual sureties, or by other acceptable security such as postal money order, certified check, cashier's check, irrevocable letter of credit, or, in accordance with Treasury Department regulations, certain bonds or notes of the United States. Treasury Circular 570 is published in the Federal Register, or may be obtained from the:
U.S. Department of the Treasury,
Financial Management Service,
Surety Bond Branch,
3700 East West Highway,
Room 6 F01
Hyattsville, MD 20782.
Or via the internet at http://www.fms.treas.gov/c570/.
Payment Information:
Contractor will be paid in accordance with FAR 52.232-33 Payment by Electronic Funds Transfer – System for Award Management (Oct 2018). Invoices will be submitted electronically via Invoice Processing Platform (IPP).
Invoice Processing Platform:
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 the time of the award.
Attachemnts:
1. PWS
2. CLIN Structure
3. Wage Determination
End of combined synopsis/solicitation.