Skip to main content

An official website of the United States government

You have 2 new alerts

Gate 2 Replacement

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: May 07, 2024 01:21 pm MDT
  • Original Published Date: May 03, 2024 02:28 pm MDT
  • Updated Date Offers Due: May 28, 2024 02:00 pm MDT
  • Original Date Offers Due: May 28, 2024 02:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 12, 2024
  • Original Inactive Date: Jun 12, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R430 - SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING
  • NAICS Code:
    • 423610 - Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
  • Place of Performance:
    San Diego , CA 92154
    USA

Description

NOTE: SOW is attached, please see below.

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) 2024-02 dated December 22, 2023.

The solicitation number is 20244361001 Gate 2 replacement 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 423610 Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment

Merchant Wholesalers, with a corresponding small business standard of 200 employees. The Product Service Code (PSC) for this requirement is R430 Support- Professional: Physical Security and Badging.

Only offers from small businesses will be considered for this solicitation.

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 adrian.knights@ibwc.gov.

Quotes shall be good for 90 Days.

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 with Mr. Sam Katzenstein samuel.katzenstein@ibwc.gov  or by phone at (619) 662-7603or (619) 227-6347.

Site visit is scheduled for May 14, 2024.  The site visit is not a Question and Answer session. It is meant to allow for information to be collected on the site and the conditions.  Any questions must be submitted in written form.  Questions in writing are due by e-mail directly to my attention at adrian.knights@ibwc.gov  by May 20, 2024.  Please include 20244361001 Gate 2 replacement in the subject line of all communication/emails.  No Phone Calls will be accepted.

Offer due date/local time: May 28, 2024; 2:00 PM MDT.

Active UEI (Unique Entity Identifier) must be included with your offer.

Only questions submitted by email to adrian.knights@ibwc.gov will be considered. Questions received from Offerors after 2PM on 5/22/24, may not be responded to.

Description: The International Boundary and Water Commission, United States Section (IBWC) requires Gate 2 replacement for the San Diego Field Office. 2995 Clearwater Way

San Diego CA 92154.

Refer to attached Performance Work Statement for description of the requirement to include dates and places of delivery, inspection, and acceptance. CLIN structure attached shall be returned with your quote via email to my attention with information requested.

The destination for FOB Destination shall be the San Diego Field Office.

Evaluation of Offer – The Government will award a contract resulting from this solicitation to the responsible offeror 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 shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

1 – Technical Capability - Contractor shall provide a capability statement or document showing experience, capabilities and qualifications to provide the requested services IAW the SOW. Also, please it should demonstrate that their technicians meet the qualification standards stated in the SOW.

2 - Price: Offeror shall add prices to CLINS in the CLIN Structure.

3 - Past Performance: Offeror shall provide at least three (3) but no more than five (5) references of work, similar in scope and size with the requirement detailed in the SOW. References may be checked by the Contracting Officer to ensure your company is capable of performing the work.

The Government will award a contract resulting from this combined synopsis/solicitation to the lowest price technically acceptable (LPTA), responsible offeror.

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 at https://www.sam.gov.

END of combined synopsis/solicitation

Attachments:

SOW (Scope of Work Gate 2 Replacement)

CLIN Structure

Contact Information

Contracting Office Address

  • 4191 N. Mesa
  • El Paso , TX 79902
  • USA

Primary Point of Contact

Secondary Point of Contact

History