Installation of New Buoy Line with Land and Underwater Anchors
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 (Original)
- Original Published Date: Mar 24, 2022 10:51 am MDT
- Original Date Offers Due: Apr 15, 2022 04:30 pm MDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Apr 30, 2022
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- 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: Falcon Heights , TX 78545USA
Description
Solicitation Number:
20224361035
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 solicitation; proposals 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) 2021-05 dated 3/7/2022.
The solicitation number is 20224361035 and this solicitation is issued as a request for quote (RFQ).
This is a 100% Small business Set Aside. The North American Industry Classification System (NAICS) for this requirement is, 423610 Electrical Apparatus and Equipment, Wiring
Supplies, and Related Equipment Merchant Wholesalers. Product of Service Code for this requirement is R430 – Support Professional Physical Security and Badging, with a corresponding small business standard of 200 employees.
Offer due date/local time: 4:30 PM Mountain on April 15, 2022. Please reference the solicitation number of 20224361035 in the subject. Offers shall be emailed to suzette.smith@ibwc.gov. FAXED QUOTES WILL NOT BE ACCEPTED. Please include your DUNS number with your offer.
Only questions submitted by email to suzette.smith@ibwc.gov will be considered. Questions received from offerors after 2:00 pm Mountain on April 4th may not be responded to.
All vendors must adhere to COVID-19 requirements for social distancing and the use of personal protective equipment (PPE) (i.e. mask and gloves) while attending the site visit. Vendors will not be permitted access to IBWC facilities without proper PPE. Virtual site visits (video/photographs) are not permitted.
Site Visits are encouraged but are not required, please coordinate site visit with Mr. Esteban Martinez at: estaban.martinez@ibwc.gov before April 8th 2022. Virtual site visits (video/photographs) are not permitted.
COVID-19
COVID-19 REQUIREMENTS: Contractor employees must adhere to all CDC and OSHA COVID-19 requirements while on IBWC property and when participating in any type of function associated with this requirement.
Vaccination attestation for onsite contractor employees and visitors. When the COVID-19 Community Level is MEDIUM or HIGH in a county where a Federal facility is located, onsite contractor employees and visitors to that facility should attest to their vaccination status using the Certification of Vaccination form <https://gcc02.safelinks.protection.outlook.com/?url=https%3A%2F%2Fwww.saferfederalworkforce.gov%2Fdownloads%2FCertificationVaccinationPRAv7.pdf&data=04%7C01%7Cmaroni.alice%40pbgc.gov%7C6a3b45fe805a4ac8e2d608da03acce58%7C2e279aa3dba743a1a9c96df364726a59%7C0%7C0%7C637826337990462698%7CUnknown%7CTWFpbGZsb3d8eyJWIjoiMC4wLjAwMDAiLCJQIjoiV2luMzIiLCJBTiI6Ik1haWwiLCJXVCI6Mn0%3D%7C3000&sdata=%2BnfTLoMcrCPmjlZVx4%2FsHbyYtDqEVraLfu4e3tD%2FWg8%3D&reserved=0> .
Proof of recent negative COVID-19 tests for onsite contractor employees and visitors who are not fully vaccinated. When the COVID-19 Community Level is MEDIUM or HIGH in a county where a federal facility is located, onsite contractor employees and visitors who are not fully vaccinated or who decline to provide information about their vaccination status should be able to provide proof of a negative COVID-19 test from within the previous 3 days when in that facility.
Agency approvals of meetings, conferences, or events. Should an agency intend to host a meeting, conference, or event that will be attended in-person by more than 50 participants at a facility in a county where the COVID-19 Community Level is HIGH, the agency should first seek the approval of its agency head or official to which this responsibility has been delegated, in consultation with the agency’s COVID-19 Coordination Team.
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
Applicable Provisions and Clauses
Wage Determination 2015-5309
Attachments/Links
Contact Information
Contracting Office Address
- 4191 N. Mesa
- El Paso , TX 79902
- USA
Primary Point of Contact
- Suzette Smith
- suzette.smith@ibwc.gov
- Phone Number 9158324146
Secondary Point of Contact
- Esteban Martinez
- estaban.martinez@ibwc.gov
- Phone Number 956-357-2618
History
- May 10, 2022 09:56 pm MDTCombined Synopsis/Solicitation (Updated)
- Apr 14, 2022 08:46 am MDTCombined Synopsis/Solicitation (Updated)
- Mar 24, 2022 10:51 am MDTCombined Synopsis/Solicitation (Original)