Skip to main content

An official website of the United States government

You have 2 new alerts

DC Panel And Inverter Project

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: Dec 16, 2021 03:48 pm MST
  • Original Published Date: Dec 13, 2021 12:55 pm MST
  • Updated Date Offers Due: Jan 13, 2022 02:00 pm MST
  • Original Date Offers Due: Jan 13, 2022 02:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 28, 2022
  • Original Inactive Date: Jan 28, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J059 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Falcon Heights , TX 78545
    USA

Description

Amendment A001

The purpose of Amendment A001 is to modify the following:

A) Applicable Clauses and Provisions, Section, 52.228-16 Performance and Payment Bonds-Other Than Contruction from 10 percent to 100 percent

B) Solicitation number from 20225201241 to 20225701241.

________________________________________________________________________

Solicitation Number:

20225201241

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 August 11, 2021.

The solicitation number is 20225201241 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 238210 Electrical Contractors and Other Wiring Installation Contractors, with a corresponding small business standard of $16.5 million. Only offers from small businesses will be considered for this solicitation.

Description: The United States Section of the International Boundary and Water Commission (USIBWC), Falcon Plant Field Office located at FM2098, 1 Reservoir Rd., Falcon Heights, Texas 78545 requires removal, replacement, and upgrades of Direct Current (DC) Electrical Panel and Inverter as outlined in the attached Performance Work Statement (PWS).        


Offer due date/local time: 2:00 PM Mountain on January 13, 2022. Please reference the solicitation number of 20225202041 in the subject. Offers shall be emailed to blanca.ochoa@ibwc.gov. FAXED QUOTES WILL NOT BE ACCEPTED. Please include your DUNS number with your offer.

Only questions submitted by email to blanca.ochoa@ibwc.gov and carmella.speer@ibwc.gov by December 20, 2021, will be considered. Questions received from Offerors after the due date may not be responded to.

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.

SITE VISIT: Site visits may be scheduled by contacting Edi Delgado at 956-848-5211 or Edi.Delgado@ibwc.gov.

All vendors must adhere to COVID-19 requirements for social distancing and the use of personal protective equipment (PPE) (i.e. mask and gloves). Vendors will not be permitted access to IBWC facilities without proper PPE. Virtual site visits (video/photographs) are not permitted.

COVID-19 Requirements:

Contractor employees must adhere to all CDC and OSHA COVID19 requirements while on IBWC property and when participating in any type of function associated with this requirement.

Contractor must submit a basic Safety Plan addressing COV19 with their proposal. The safety plan needs to outline safe working procedures for anticipated hazards, including a plan to contain infectious disease pursuant to CDC guidelines.

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.

Technical Approach - Quote must demonstrate the technical approach by providing a two to three-page narrative addressing the items in the PWS. 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.

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.

The clause at 52.212-2, Evaluation-Commercial Items, applies to this acquisition.

END of combined synopsis/solicitation.  

Attachments:

Performance Work Statement

CLIN Structure

Applicable Provisions and Clauses/COVID-19 Requirements

Wage Determination 2015-5309 Rev 16 Dated 10/20/2021

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact

History