Closed Solicitation · INTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICO

    SECURITY SYSTEM UPDATE - SAN DIEGO

    INTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICO
    Sol. FY254361003Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)YUMA, TX
    Closed
    STATUS
    Closed
    closed Aug 22, 2025
    POSTED
    Jul 31, 2025
    Publication date
    NAICS CODE
    561621
    Primary industry classification
    PSC CODE
    J063
    Product & service classification

    AI Summary

    The International Boundary and Water Commission is seeking quotes for a Security System Upgrade at the South Bay International Wastewater Treatment Plant in San Diego. This opportunity is a 100% small business set aside, and offers are due by August 22, 2025. Technical approach and past performance are critical evaluation factors.

    Contract details

    Solicitation No.
    FY254361003
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    July 31, 2025
    Response Deadline
    August 22, 2025
    NAICS Code
    561621AI guide
    PSC / Class Code
    J063
    Primary Contact
    Seone Michael Jones
    City
    YUMA
    State
    TX
    ZIP Code
    85365
    AI Product/Service
    service

    Description

    Note: Additional responses to question added as an attachment.

    ----------------------------------------------------

    Note - Offers due extened to August 22, 2025 3PM MDT.

    -------------------------------------------------------------------------------

    Note: Additional responses to question added as an attachment.

    ----------------------------------------------------

    Note - Technical Approach and Past Performance requirement added to description.

    ------------------------------------------------------

    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.

    The solicitation number is FY254361003. This solicitation is issued as a request for quote (RFQ) for Security System Upgrade at the South Bay International Wastewater Treatment Plant (SBIWTP), 2995 Clearwater Way, San Diego, CA 92154.

    This is a 100% Small business Set Aside. The associated North American Industry Classification System (NAICS) code is 561621 – Security Systems Services (except Locksmiths), with a corresponding small business standard of $25.0 million. The Product Service Code (PSC) for this requirement is J063 Maintenance, Repair, and Rebuilding of Equipment – Alarm, Signal, and Security Detection Systems.

    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 seone.jones@ibwc.gov.

    Quotes shall be good for 90 Days.

    A site visit of where the work will be performed is highly recommended. An NDA (IBWC Form 358 NDA CUI SBIWTP.pdf) will need to be completed and sent prior to entering the site. The time for site visits has passed.

    Site visits may be arranged with Mr. Jason Oliver jason.oliver@ibwc.gov.

    Offer due date/local time: August 22, 2025; 3:00 pm MST.

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

    Only questions submitted by email to seone.jones@ibwc.gov will be considered. Questions received from Offerors after 3p on 7/30/25 may not be responded to.

    Description: The International Boundary and Water Commission, United States Section (IBWC) requires Security Systems Upgrade for IBWC South Bay International Wastewater Treatment Plant (SBIWTP), 2995 Clearwater Way, San Diego, CA 92154.

    COR for this request: Jason Oliver jason.oliver@ibwc.gov

    Refer to attached PWS and other documentation for description of the requirement to include dates and places of delivery, inspection, and acceptance.

    The destination for FOB Destination shall be the IBWC SBIWTP 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 will award a contract resulting from this combined synopsis/solicitation to the lowest price technically acceptable (LPTA), responsible offeror.

    Technical Approach - Quote must demonstrate the technical approach by providing a narrative addressing all the items in the scope. 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 3 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 meet or exceed and specifications and scope of work 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 at https://www.sam.gov.

    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.

    System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.

    END of combined synopsis/solicitation

    Attachments:

    CLIN Structure – San Diego Field Office

    Clauses and Provisions

    1 PWS CIP Physical Security Enhancements Project SBIWT.docx

    Wage Determination  WD 2015-5635

    SBIWTP - Physical Security SPECS.xlsx

    IBWC Form 358 NDA CUI SBIWTP.pdf

    Key dates

    1. July 31, 2025Posted Date
    2. August 22, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    SECURITY SYSTEM UPDATE - SAN DIEGO is a federal acquisition solicitation issued by INTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICO. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.