INTRODUCTION
The United States Section of the International Boundary and Water Commission (USIBWC), has a requirement for contract for the operation and maintenance (O&M) of the South Bay International Wastewater Treatment Plant (SBIWTP) and facilities located in San Diego County, California. Type of contract, Firm Fixed Priced, Cost Reimbursable, Hybrid, etc. to be determined.
The Contractor shall provide, all labor, material, management (including bi-national participation with Mexico), and other resources required to perform full-service O&M of the SBIWTP and its conveyance system, plus Canyon Collectors, Pump Stations, and South Bay Land Outfall (SBLO). Full service operation and maintenance is defined as complete facility operation and maintenance, including but not limited to providing day-to-day contract management, planning, supervision, administration, personnel; plant influent and effluent sampling and laboratory testing; equipment operation, maintenance, servicing, repair and replacement; system monitoring and operation; data recording, markups of plant as built, management and reporting; quality control; capital improvements; vehicles and vehicle fleet management, operation, maintenance and repair; housekeeping; grounds maintenance; consumable supplies including chemicals, and other services related to the operation and maintenance of the SBIWTP.
BACKGROUND
The SBIWTP is a twenty-five (25) million gallon per day (MGD) wastewater treatment plant located at 2995 Clearwater Way, in San Diego, San Diego County, California, , north of the International Boundary, and near the intersections of Monument and Dairy Mart Roads. Construction of the plant’s advanced primary treatment phase was completed in September 1997, and construction of the secondary treatment phase was completed in January 2011. The plant is treating wastewater originating in Tijuana, Baja California, Mexico and the SBIWTP is operated under the authority of the United States Section, International Boundary and Water Commission (USIBWC). An average of twenty five million gallons per day (25 MGD) of effluent is being discharged through the South Bay Ocean Outfall (SBOO), and is subject to the requirements of the National Pollutant Discharge Elimination System (NPDES) Permit, Permit Number CA0108928, Order Number R9-2023-0009; the California Regional Water Quality Control Board (CRWQCB) Monitoring and Reporting Program, Number: R9-2023-0009; and the California Ocean Plan.
In 2024, USIBWC awarded a $600M contract for the design and construction of the rehabilitation and expansion of the SBIWTP. USIBWC awarded the contract to PCL Construction (PCL) of Long Beach, California. In turn, PCL selected Stantec Consulting Services, Inc. (Stantec), of San Diego, as the design firm. The project was awarded using the Progressive Design-Build (PDB) contract delivery method consistent with Government contracting practices and regulations.
Expansion of Capacity
According to USIBWC's timeline, the design process of the plant’s expansion will unfold in strategic phases, with the complete plant expansion targeted for completion by 2027. The initial phase of the plant’s expansion encompasses design development for the entire SBIWTP scope, while subsequent phases will implement rehabilitation efforts concurrent with the ongoing expansion work.
During the expansion, the PDB team will work closely with the future SBIWTP Operator of this Contract to rehabilitate the plant while also expanding it. The USIBWC and PDB team aims to enhance the plant's treatment capacity from the current 25 MGD to 35 MGD by 2025, with a subsequent expansion to 60 MGD projected for completion by 2027. This will likely be done in incremental increases of, for example, 10 MGD or 20 MGD at a time, with a maximum potential capacity of 60 MGD. Throughout the incremental expansion period, the Operations and Maintenance contract will be adjusted as needed to accommodate the changing requirements and milestones of the Progressive Design-Build project. While the PDB project team will retain responsibility for all construction activities, modifications to this contract will undergo review and receive appropriate authorization when necessary.
There will be a sixty (60) day phase in/outperiod. The Contract will consist of a Base Year from date of award 6March 30, 2027 plus four (4) one-year option periods. This is anticipated to be an unrestricted procurement under the NAICS code 221320 (Sewage Treatment Facilities), the small business size standard is $50 million.
An Industry day/s is anticipaited to be held at the South Bay International Wastewater Treatment Plant the week of 11 August 2025 to provide industry an opertunity to provide feedback during the market research phase. Those attending need contract Philip (Phil) Johnson @ [email protected] by 31 July 2025.
The solicitation is expected to be posted on or about September 2025 (this is a target date which may slip or change; if the solicitation is not posted on Federal Business Opportunities by 01 October 2025 to that is because the solicitation is not available for posting).
Draft PWS and Attachments (attached)
PWS attached
List of Attachments:
SOM- Submittal Registry (aka deliverables)
Quality Assurance Surveillance Plan (QASP)
Required Performance Metrics (RPM)
NPDES Permit R9-2023-0009
List of Permits
SBIWTP Asset Registry
SBIWTP Condition Assessment Report- January 2024
SBIWTP Asset Maintenance Schedule
SBIWTP Capital Project List- April 2024
Monthly Chemical Dosage from March 2024- March 2025
Canyon Collector Daily Inspection Template
NPDES Annual Biosolids Report 2024
SBIWTP O&M Manual
SBIWTP System Security Plan
NIST SP 800-17r3
Plans/Drawings
Maps
NIST SP 199
SBIWTP Sequence of Operations (SOO)
Wage Determination (WD)
Request for Information (RFI) Tracker
REQUEST FOR FEEDBACK:
The information gathered from the sources sought, industry day/s, and these questions may be used as market research to assist the Government in determining and shaping various aspects of the acquisition process. This includes, but is not limited to, the development of solicitation documents, source selection criteria, contract type, Performance Work Statement (PWS), Quality Assurance Surveillance Plan (QASP), and other acquisition-related documents. The responses provided will help the Government understand industry capabilities, identify potential risks, and develop strategies to ensure successful project execution. Your participation and input are greatly appreciated.
Cost:
Technical:
Performance:
Schedule:
Additional Feedback Requested: